Loading...
HomeMy WebLinkAboutContract 48081 AUG 10 2016 (77Y SF-CRV#& FORTV�fORTH ��'; 1 � In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder, City will notify Consultant of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds shall have been appropriated. 4.3 Breach Subject to Section 27 herein, either party may terminate this Agreement for breach of duty, obligation or warranty upon exhaustion of all remedies set forth in Section 27. 4.4 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, the City shall pay Consultant for services actually rendered up to the effective date of termination and Consultant shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 5.1 Disclosure of Conflicts. Consultant hereby warrants to the City that Consultant has made full disclosure in writing of any existing or potential conflicts of interest related to Consultant's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement,Consultant hereby agrees immediately to make full disclosure to the City in writing. 5.2 Confidential Information. Consultant, for itself and its officers, agents and employees, agrees that it shall treat all confidential information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City. For purposes of this Agreement, Confidential Information means information of a confidential or proprietary nature which is marked as confidential or orally disclosed with a written summary submitted to the Consultant within 30 days thereafter. Consultant shall use the same degree of care it uses to protect its own confidential and proprietary information, but in any event not less than reasonable care, to prevent the disclosure and to protect the confidentiality of the information received and Provider shall not be liable for an inadvertent disclosure of such information to a third party(ies) if it is disclosed despite the exercise of the degree of care required above, provided that upon discovery of such inadvertent disclosure, Provider promptly notifies the Client, takes all reasonable steps to retrieve the inadvertently disclosed information, and immediately takes steps to preclude further disclosure. Confidential information does not include information that (1) is publicly available or otherwise in the public domain; or (2) is rightfully furnished to it from any third party, without restriction and without breach of this Agreement; or(3) is released by the Owner or Client to any third party without restriction; or(4) is developed by Provider independent of Information from the Owner or Client;or(5)must be disclosed by Provider pursuant to judicial order or government regulation or other similar requirement. Nothing herein is intended to prevent Provider from disclosing confidential information in regards to establishing a claim or defense in any adjudicatory proceeding provided that Provider notifies Client before disclosure and Client is given a reasonable opportunity to seek appropriate protections of confidentiality from the adjudicatory body. 6. RIGHT TO AUDIT. Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of the Consultant involving transactions relating to this Contract at no additional cost to the City. Consultant agrees that the City shall have access during normal working hours to Woolpert,Inc.Professional Services Agreement,Page 2 of 17 4 all necessary Consultant facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Consultant reasonable advance notice of intended audits. Consultant further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the City shall, until expiration of three (3) years after final payment of the subcontract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of such subconsultant involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subconsultant facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subconsultant reasonable notice of intended audits. 7. INDEPENDENT CONSULTANT. It is expressly understood and agreed that Consultant shall operate as an independent Consultant as to all rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Consultant shall 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, Consultants and sub-consultants to the same extent that Consultant would be responsible under this Agreement had such acts or omissions been committed by Consultant. Consultant acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Consultant, its officers, agents, employees, servants, Consultants and sub-consultants. Consultant further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Consultant. It is further understood that the City shall in no way be considered a Co-employer or a Joint employer of Consultant or any officers, agents, servants, employees or subconsultants of Consultant. Neither Consultant, nor any officers, agents, servants, employees or subconsultants of Consultant shall be entitled to any employment benefits from the City. Consultant shall 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 subconsultants. 8. LIABILITY AND INDEMNIFICATION. A. LIABILITY - CONSULTANT SHALL 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 CONSULTANT, ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES. B. INDEMNIFICATION - CONSULTANT HEREBY COVENANTS AND AGREES TO INDEMNIFY AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS, AND ANY RESULTING LOST PROFITS) PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, AND DAMAGES FOR CLAIMS OF INTELLECTUAL PROPERTY INFRINGEMENT, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS, MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, SUBCONSULTANTS, SERVANTS OR EMPLOYEES. Woolpert,Inc.Professional Services Agreement,Page 3 of 17 C. INTELLECTUAL PROPERTY INFRINGEMENT - Consultant agrees to defend, settle, or pay, at its own cost and expense, any claim or action against the 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 shall not apply if the City modifies or misuses the software and/or documentation. So long as Consultant bears the cost and expense of payment for claims or actions against the City pursuant to this section 8,Consultant shall 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 shall have the right at its own cost to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect the City's interest, and City agrees to cooperate with Consultant 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 the City for infringement arising under this Agreement, the City shall 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, Consultant shall fully participate and cooperate with the City in defense of such claim or action. City agrees to give Consultant timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, the City's assumption of payment of costs or expenses shall not eliminate Consultant's duty to indemnify the City under this Agreement. Provided the City did not misuse or modify the software, 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, Consultant shall, 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 Consultant,terminate this agreement,and refund all amounts paid to Consultant by the City, subsequent to which termination City may seek any and all remedies available to City under law. 9. ASSIGNMENT AND SUBCONTRACTING. Consultant shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of the City. If the City grants consent to an assignment, the assignee shall execute a written agreement with the City and the Consultant under which the assignee agrees to be bound by the duties and obligations of Consultant under this Agreement. The Consultant and Assignee shall be jointly liable for all obligations under this Agreement prior to the assignment. If the City grants consent to a subcontract, the sub-consultant shall execute a written agreement with the Consultant referencing this Agreement under which the sub-consultant shall agree to be bound by the duties and obligations of the Consultant under this Agreement as such duties and obligations may apply. The Consultant shall provide the City with a fully executed copy of any such subcontract. 10. INSURANCE. Consultant shall provide the City with certificate(s)of insurance documenting policies of the following minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability $1,000,000 Each Occurrence Woolpert,Inc.Professional Services Agreement,Page 4 of 17 $2,000,000 Aggregate (b) Automobile Liability $1,000,000 Each accident on a combined single limit basis or $250,000 Bodily injury per person $500,000 Bodily injury per occurrence $100,000 Property damage Coverage shall be on any vehicle used by the Consultant, its employees, agents, representatives in the course of the providing services under this Agreement. "Any vehicle" shall be any vehicle owned,hired and non-owned (c) Worker's Compensation Statutory limits Employer's liability $100,000 Each accident/occurrence $100,000 Disease -per each employee $500,000 Disease -policy limit This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas workers' Compensation Act(Art. 8308 — 1.01 et seq. Tex. Rev. Civ. Stat.) and minimum policy limits for Employers' Liability of $100,000 each accident/occurrence, $500,000 bodily injury disease policy limit and $100,000 per disease per employee (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 shall 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 shall be submitted to the City to evidence coverage. 10.2 Certificates. Certificates of Insurance evidencing that the Consultant has obtained all required insurance shall be delivered to the City prior to Consultant proceeding with any work pursuant to this Agreement. All policies except Workers' Compensation shall be endorsed to name the City as an additional insured thereon, as its interests may appear. All policies shall contain a Waiver of Subrogation for the benefit of the City of Fort Worth. The term City shall include its employees, officers, officials, agent, and volunteers in respect to the contracted services. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. A minimum of thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to the City. Ten (10) days' notice shall be Woolpert, Inc. Professional Services Agreement, Page 5 of 17 acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Consultant's insurance policies. Notice shall be sent to the Risk Manager, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, with copies to the City Attorney at the same address. 11. COMPLIANCE WITH LAWS,ORDINANCES,RULES AND REGULATIONS. Consultant 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 the City notifies Consultant of any violation of such laws, ordinances, rules or regulations,Consultant shall immediately desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Consultant, for itself, its personal representatives, assigns, subconsultants and successors in interest, as part of the consideration herein, agrees that in the performance of Consultant's duties and obligations hereunder, it shall 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 Consultant, its personal representatives, assigns, subconsultants or successors in interest, Consultant agrees to assume such liability and to indemnify and defend the City and hold the City harmless from such claim. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or(3) received by the other party by United States Mail,registered,return receipt requested,addressed as follows: To The CITY: To CONSULTANT: City of Fort Worth Woolpert,Inc. Attn:Jay Chapa,Assistant City Manager Attn:Janice James,Contracts Manager 1000 Throckmorton Street 4454 Idea Center Boulevard Fort Worth TX 76102-6311 Dayton,OH 45430-1500 Facsimile:(817)392-8654 Phone: (937)531-1308 Facsimile: (937)531-1257 With Copy to the City Attorney's Office Email: Janice.james(bwoolpert.com at same address 14. SOLICITATION OF EMPLOYEES. Neither the City nor Consultant shall, 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 Consultant, 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, for purposes of this provision, the term "solicit for employment" does not include notices for employment posted in job posting websites, trade journals, newspapers, other publications or media of general circulation, or on a party's website, in which an employee of the other independently responds nor shall either party be prohibited from hiring such individual without consent of the other party. 15. GOVERNMENTAL POWERS. Woolpert,Inc. Professional Services Agreement,Page 6 of 17 S � It is understood and agreed that by execution of this Agreement, the City does not waive or surrender any of its governmental powers. 16. NO WAIVER. The failure of the City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis of this Agreement, venue for such action shall 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 shall not in any way be affected or impaired. 19. FORCE MAJEURE. The City and Consultant shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement,but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), 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, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part 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 shall not be employed in the interpretation of this Agreement or exhibits hereto. 22. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No extension, modification or amendment of this Agrcement shall be binding upon a party hereto unless such extension, modification, or amendment is set forth in a written instrument, which is executed by an authorized representative and delivered on behalf of such party. 23. ENTIRETY OF AGREEMENT. Woolpert,Inc.Professional Services Agreement,Page 7 of 17 This Agreement, including the schedule of exhibits attached hereto and any documents incorporated herein by reference, contains the entire understanding and agreement between the City and Consultant, 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 shall, for all purposes,be deemed an original,but all such counterparts shall together constitute one and the same instrument. 25. WARRANTY OF SERVICES. Contractor warrants that its services will be performed in accordance with the professional standard of care ordinarily exercised by members of the same profession practicing under similar circumstances. 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 Contractor's option, Contractor shall 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 the City to Contractor for the nonconforming services. 26. IMMIGRATION NATIONALITY ACT. The City of Fort Worth actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility,employment verification, and nondiscrimination. Contractor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Contractor shall complete the Employment Eligibility Verification Form (I-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request,provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Contractor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Contractor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 27. INFORMAL DISPUTE RESOLUTION. Except in the event of termination pursuant to Section 4.2,if either City or Contractor has a claim,dispute, or other matter in question for breach of duty, obligations, services rendered or any warranty that arises under this Agreement,the parties shall first attempt to resolve the matter through this dispute resolution process. The disputing party shall notify the other party in writing as soon as practicable after discovering the claim,dispute,or breach.The notice shall state the nature of the dispute and list the party's specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both parties shall commence the resolution process and make a good faith effort, either through email, mail, phone conference, in person meetings, or other reasonable means to resolve any claim,dispute,breach or other matter in question that may arise out of,or in connection with this Agreement. If the parties fail to resolve the dispute within sixty(60) days of the date of receipt of the notice of the dispute, then the parties may submit the matter to non-binding mediation in Tarrant County, Texas, upon written consent of authorized representatives of both parties in accordance with the Industry Arbitration Rules of the American Arbitration Association or other applicable rules governing mediation then in effect. The mediator shall be agreed to by the parties. Each party shall be liable for its own expenses, including attorney's fees; however,the parties shall share equally in the costs of the mediation. If the parties cannot resolve the dispute through mediation,then either party shall have the right to exercise any and all remedies available under law regarding the dispute. Woolpert,Inc. Professional Services Agreement,Page 8 of 17 Notwithstanding the fact that the parties may be attempting to resolve a dispute in accordance with this informal dispute resolution process, the parties agree to continue without delay all of their respective duties and obligations under this Agreement not affected by the dispute. Either party may, before or during the exercise of the informal dispute resolution process set forth herein, apply to a court having jurisdiction for a temporary restraining order or preliminary injunction where such relief is necessary to protect its interests. 28. SIGNATURE AUTHORITY. The person signing this agreement hereby warrants that he/she has 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 Contractor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit "B" and incorporate herein by reference. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. OWNERSHIP OF WORK PRODUCT. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement, collectively, "Work Product' Further, City shall 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 shall inure to the benefit of the 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 shall 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, Contractor 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 the 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 the City. Notwithstanding, Contractor shall retain all rights to its know-how and shall be have an independent ownership right to any standard processes and procedures, including documentation pertaining to such processes and procedures,that it may develop under this Agreement. [SIGNATURE PAGE FOLLOWS] Woolpert,Inc. Professional Services Agreement,Page 9 of 17 .IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples on this the day of ,2016. ACCEPTED AND AGREED: CITY OF FORT WORTH WOOLPERT,INC. By: By;._ , _ Jay Chapa anice James Assistant City Manager Contracts Manager Date: ° Date: 3 August 2016 e � ATTEST: 's ATTEST: 3 By. �.. By .' N, C Ma Kay °� t� Jos a He d City Secreta * `�.Q` C O TE APPROVED AS TO FORM AND LEGALITY: By: Assistant City Attorney Guillermo(Will) S.Trevino CONTRACT AUTHORIZATION: { MSC: _ I " 1 I �V g Date Approved: y Form 1295 Certification No: ®/ -7q d y N CIAL RECORD Y SECRETARY,WORTH,TX Woolpert, Inc. Professional Services Agreement, Page 10 of 17 EXHIBIT A STATEMENT OF WORK 1.0 Task 1 —Gather and Review Existing Data Woolpert, Inc. shall gather and review existing data including the following: • City Geographical Information System (GIS)data including available ditch data • Condition Assessment Report by Jacobs Engineering • Criticality results from the Woolpert, Inc. Industrial Organization (1/0) model • Current Standard Operating Procedures (SOP)for Closed-Circuit Television (CCTV)work Results from the 1/0 model shall be compared with the results contained in the existing Condition Assessment Report. Comparing these two reports will help identify potential data gaps and further identify areas of concern. System data contained in the two reports shall also be verified against any current GIS data to identify data gaps. Inconsistencies between the two reports and the GIS data should be verified for a final recommendation regarding additional data needs. Findings from review of the SOP for CCTV work shall be used in Task 2. This task also includes two days on-site by two (2) senior personnel to gather data, interview staff, and to assist with educating other internal City staff as to the relevance and importance of this project. Deliverables: 1. Two (2)days on-site by two (2) senior personnel 2. Technical Memo: Summary of report and GIS data review Assumptions: • City of Fort Worth shall provide access to GIS data and other documents requested by Woolpert, Inc. 2.0 Task 2-Evaluate Options for Condition Assessment Data Storage and Analysis There are a variety of tools available to assist with data collection, storage, and assessment including Accela and ESRI products, SonTek IQ Pipe, WinCan, etc. Woolpert, Inc. shall identify and evaluate appropriate and currently available tools and provide a Technical Memo describing the various tools including the pros and cons of each technology and approximate purchase costs. As part of the options review process, the City and Woolpert, Inc. shall schedule an approximately two (2) hour long demonstration of the Westminster, CO solution. This particular solution is pertinent because they have a proven inspection and import tool for CCTV data that may be applicable to the City of Fort Worth. The draft Technical Memo mentioned above shall describe configuration methods, recommendations, and potential options for data storage and analysis shall be prepared and submitted to the City for review. Upon receiving comments from the City and discussing the options via conference call/WebEx, Woolpert, Inc. shall prepare a final Technical Memo with a recommended solution. Deliverables: 1. Demonstration of Westminster, CO solution(approximately two ( 2)hours) 2. Conference call minutes Woolpert, Inc. Professional Services Agreement, Page 11 of 17 3. Draft and final Technical Memo: Data Configuration, Analysis, and Storage Recommendations 3.0 Task 3—Develop Condition Assessment Standards The National Association of Sewer Service Companies (NASSCO) has prepared standards for performing piped system inspections. These standards have established a methodology to produce consistent results that can be used to fairly compare the condition of one portion of a system to another. The City has also established standards for CCTV inspections and reporting. Additionally, the City has previously engaged in the use of Pole Cameras for performing inspections. Industry standards for ditch assessments do not currently exist. During this task, Woolpert, Inc. shall review the use of different technologies and approaches for performing condition assessment inspections (pipes, structures, and ditches) including City standards, industry standards, and other practices. A draft Technical Memo comparing the various approaches and technologies shall be prepared for the City's review. A conference call/WebEx will be held with the City to review Woolpert, Inc. findings and to determine the City's preferred approach. Woolpert, Inc. shall then prepare a final document containing the recommended approach and technologies. The City would also like to incorporate standards for developers to submit CCTV and ditch inspection data demonstrating that newly constructed stormwater systems meet the City's design and construction standards. Further, the City has a two (2) year warranty period for newly constructed systems. The Technical Memo should address the use of CCTV by developers for the system acceptance process and for the final verification by the City at the end of the warranty period. Based on the conclusions of the Technical Memo and subsequent discussion with the City, Woolpert, Inc. shall develop a comprehensive set of standards to guide future inventory and condition assessment data collection. The SOP shall be written primarily with pipes in mind, but shall also consider ditches and shall allow for the addition of other structures in the future. A key element shall be the format of data submittals from collection vendors. Guidance for database design and data submittal shall also be addressed in the data collection standards. In order to help ensure that the City is receiving consistent and quality submittals of data, it is imperative to have an established quality assurance and quality control (QAQC) policy in place. The terms of this policy should set standards for accuracy and precision, clearly communicate the protocol for QAQC processes, and provide for consistency among deliverables. The QAQC policy shall be included in the SOP for condition assessment. Deliverables: 1. Conference call/WebEx minutes 2. Draft and Final Technical Memo: Assessment Approach and QAQC policy Recommendations 3. SOP for Condition Assessment 4.0 Task 4—Design and Develop Long Term Data Storage Using the recommended option from Task 3, Woolpert, Inc. shall develop appropriate inspection forms and prepare the database design. It is expected that several iterations of the database design shall be completed in order to develop a database that meets the requirements of the City and provides for efficient use of the systems recommended in Task 3. Woolpert, Inc. Professional Services Agreement, Page 12 of 17 Routine data maintenance is essential to maintaining an effective, up to date, and efficient system. Recommendations for data maintenance shall also be included in the document.Items to be addressed in the data maintenance section include; collection of new system inventory, updates to the existing condition assessment over time,accounting for repairs and replacements,etc. Deliverables: 1. Draft and final Technical Memo: Database design and maintenance 2. Inspection forms and import tool(if needed) Assumptions: • While development of a database can be an iterative process, this scope of work assumes that a maximum of three(3)sets of major revisions shall be made by Woolpert,Inc. 5.0 Task 5—Determine Areas for Field Investigation Using the results from Task 1, historic data, results from the previous criticality model, and further discussions with the City; Woolpert, Inc. shall develop draft protocol and criteria for determining what portions of the system should be inspected utilizing CCTV or other technology (depends on the final SOP established in Task 2). The protocol and criteria shall be verified with the City and revised as appropriate prior to applying to the data. Once the prioritization protocol is applied, Woolpert, Inc. shall assist the City in determining budget level costs for implementing the assessment. The intent is to CCTV the greatest length of most critical pipes(including metal arch pipe)within a given budget. The results may indicate that the most effective method is to concentrate on one particular area or to spread the work over a number of smaller areas. Woolpert,Inc. shall generate a map of the areas to be investigated using CCTV. Deliverables: 1. Draft and final Technical Memo: Inspection Area Selection Protocol and Criteria including Budget Level Cost Estimates 2. CCTV Inspection Location(s)Map Assumptions: • This scope of work does not include a site visit for visual confirmation or "ground truthing" of CCTV inspection mapping 6.0 Task 6—Data Collection Assistance As a sub-contractor to Woolpert, Inc., Compliance Envirosystems (CES) shall perform CCTV services in the areas selected during Task 5 and according to the attached, "Proposed Fees for Storm Drain Evaluation Services in Fort Worth, TX, dated June 7, 2016." Woolpert, Inc. shall provide management and QAQC services of the data and reporting from CES. Woolpert, Inc. shall verify,where existing video is available,that CCTV activities are warranted and the potential extent of cleaning prior to CES performing CCTV work. The findings from the video review shall be supplied to both the City and CES. Woolpert,Inc. Professional Services Agreement,Page 13 of 17 Deliverables: 1. Submittals and Data Submittals per the CES"Proposed Fees for Strom Drain Evaluation Services in Fort Worth,TX."Document.) 2. QAQC report regarding CES data submittal Assumptions: • Field collected data will be substantially complete and usable for developing the Repair and Replacement Plan • This Scope does not include field verification of data by Woolpert,Inc. 7.0 Task 7—Develop Repair and Replacement Plan Woolpert, Inc. shall propose criteria to the City to be considered in the repair and replacement prioritization process. Factors indicating both a features likelihood of failure and its consequence of failure will be considered. After receiving comments from the City, Woolpert, Inc. shall prepare the final criteria list with weighting. The prioritization criteria shall then be applied to the data collected in Task 6. It is anticipated that Woolpert, Inc. 1/0 tool will be used for this evaluation. After the criteria has been applied, verified by Woolpert, Inc. and accepted by the City, Woolpert, Inc. shall prepare recommendations for CCTV data collection and cost estimates for implementing the recommended repairs and replacements. Consideration shall be given to potential maintenance costs over a five year period when developing the CCTV data collection schedule. Deliverables: 1. Draft and final Technical Memo: Repair and Replacement Prioritization Process and Criteria 2. Draft and final Technical Memo:Projected Repair and Replacement Costs for a five year period 8.0 Task 8—Staff Training To help ensure successful implementation of the condition assessment and asset management system, Woolpert, Inc. shall develop presentation and training materials for City staff and leadership. Woolpert, Inc. shall provide up to 40 hours of senior engineer time (or equivalent) for training related to performing condition assessments and documentation. Woolpert, Inc. shall also provide up to 40 hours of Senior GIS Database Developer time (or equivalent) for training related to the topics listed below,only upon request by the City. • Data collection,management,and maintenance • Use of the tools recommended in the SOPS and Technical Memos • Other topics related to condition assessment process Deliverables: 1. Training and presentation materials 2. Training as requested by the City(80 hour maximum) Woolpert,Inc.Professional Services Agreement,Page 14 of 17 Assumptions: • Travel expenses are not included in fee estimate 9.0 Task 9—Develop Project Report Woolpert, Inc. shall compile the Technical Memos into a draft project report for review by the City. Upon receiving comments from the City, Woolpert, Inc. shall prepare a final report containing the following sections. 1. Project overview 2. Summary of documents reviewed in Task 1 3. Technical Memos 4. Maps and summaries of areas identified for inspection 5. Summary of data collection efforts and results 6. Training schedule 7. Project Summary and Final Recommendations including a resource and financial analysis Deliverables: 1. Draft and final Project Report 10.0 Fee Estimate Description Task 1 Gather and Review Existing Data $12,615 1. Technical Memo: Summary of report and GIS data review 2. Two days on-site by senior personnel Task 2 Evaluate Options for Condition Assessment Data Storage and Analysis $6,135 1. Demonstration of Westminster,CO solution(approximately two(2) hours) 2. Conference call minutes 3. Draft and final Technical Memo: Data Configuration,Analysis,and Storage Recommendations Task 3 Develop Condition Assessment Standards $11,075 1. Conference call/WebEx minutes 2. Draft and Final Technical Memo: Assessment Approach and QAQC policy Recommendations 3. Standard Operating Procedures for Condition Assessment Task 4 Design and Develop Long Term Data Storage $9,985 1. Draft and final Technical Memo: Database design and maintenance 2. Inspection forms and import tool(if needed) Task 5 Determine Areas for Field Investigation $11,490 1. Draft and final Technical Memo: Inspection Area Selection Protocol and Criteria including Budget Level Cost Estimates 2. CCTV Inspection Location(s)Ma Woolpert,Inc.Professional Services Agreement,Page 15 of 17 Task 6 Data Collection Assistance $300,000 1. Submittals and Data Submittals per the CES"Proposed Fees for Storm Drain Evaluation Services in Fort Worth,TV'Document.) 2. QAQC report regarding CES data submittal 3. Note:Fee to be determined per CES line item schedule and work effort determined in Task 5. Woolpert's fee for QAQC services and management of field work to be determined from results of task 5 and work assigned to CES(anticipated fee approximately 5%- 10%of total field work contract). Task 7 Develop Repair and Replacement Plan $15,985 1. Draft and final Technical Memo: Repair and Replacement Prioritization Process and Criteria 2. Draft and final Technical Memo:Projected Repair and Replacement Costs Task 8 Staff Training $14,285 1. Training and presentation materials 2. Training as requested b y the City(80 hour maximum) Task 9 Develop Project Report $9,090 1. Draft and final Project Report Project Management $17,835 Project management includes normal management functions and duties, management of CES,plus two additional(2)days on-site by two(2)senior personnel. Project Total: $408,495.00 Woolpert,Inc. Professional Services Agreement,Page 16 of 17 EXHIBIT B VERIFICATION OF SIGNATURE AUTHORITY Full Legal Name of Company: Woolpert,Inc. Legal Address: 4454 Idea Center Blvd.,Dayton,OH 45430 Services to be provided: Closed-circuit television stormwater pipe assessment and data analysis services Execution of this Signature Verification Form ("Farm") hereby certifies that the following individuals and/or positions have the authority to legally bind the Company and to execute any agreement, amendment or change order on behalf of Company. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Company. The City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Company. Company will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. The City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by the Company. 1. Name: Janice E.James Position: Contracts Manager Sign re 2. Name: Position: Signature 3. Name: Position: Signature Name: Scott P.Cattran Signature of President/CEO Other Title: Date: R A,glict 2016 Woolpert,Inc.Professional Services Agreement,Page 17 of 17 ATTACHMENT A Client 71111111,1111 Expiration ContractNullobtr Type of Wotk Inicluded Date Force Air AAFES Two base w/one-year option 1/5/2017 7300068453 A/E Services AFCESA(Sub to J2 Engineering) 10 years 5/18/2018 FA3002-08-D-0016 Engineering-Design/Construction AFSOC Base w/4 one-year options 9/27/2016 F0021-11-D-0004 A/E Services for Planning and Programming Scott AFB Base w/4 one-year options 7/14/2014 FA4407-09-D-0028(F00206) Engineering-Design Shaw AFB Base w/4 one-year options 2/26/2017 FA-4803-12-D-005(F00220) A/E Services WPAFB 5 years 1/29/2017 FAB601-12-D-0006 A/E Services Arm Huntsville COE(Gallup/Woolpert) Base w/4 one-year options 5/7/2017 W912DY-12-D-0046 A/E Services Japan COE(JV w/KZF) Base w/4 one-year options 2015 Prime 8W912HV-11-D-0007 Planning and Design (F00215) Kansas GSTI(Sub to Eisenbraun) Base w/4 one-year options 2014 W912DQ-09-D-1003 Geospatial - Little Rock Base w/4 one-year options 2015 W91275-10-D-6000(F00207) Surveying and Mapping Louisville 5 years 12/19/2018 W912QR-14-D-0002 A/E Services for Military and _ Civil Works Mobile - __ 5 years _ 2015 W91278-10-D-0101 (F00210) Surveying and Mapping Norfolk COE/DoDEA Base w/4 one-year options 6/6/2014 W91236-09-D-0044(F00205) A/E Services for DoD Education Activity St.Louis— 5 years 2015 W912139-10-D-0533(F00211) Geospatial —^ - Sacramento Base w/4 one-year options 2015 W91238-10-D-0041 (F00212) Master Planning and GIS Worldwide. St.Louis 5 years 2015 W912P9-11-D-0509(F00211) Hydro and Field Surveys — -- --- - _ — �..— .................. --.....—..._._ Omaha" 5 years 2/28/2014 W9128F-09-A-0006(F00204) GIS GSA GSA IT 20 years 4/7/2024 G5-35F-0425P(F00141) Information Technology Services GSA MOBIS EAS PES Energy 20 years 2/6/2023 GS-OOF-0038N(F00148) Planning/Geospatial/ Environmental/GIS Federal Prisons Industries Base w/5 one-year options 2015 EP 2257-009 Energy NOAA CSC Base w/4 one-year options 2016 EA133C-11-CQ-0010 Geospatial USGS GPSC II Base w/4 one-year options 2015 G10PC00057(F00208) Geospatial Calls against this contract are limited to$250,000 each. For more Information,please call:tr ne visit out website •. . WOOLPEPT 41 t M,_ _ y 1 4 i Contracting Vehicles One of the biggest challenges for contracting work in the federal government is the availability of a contracting vehicle or contracting capacity for a federal agency to utilize when a need is defined.These a s contracting vehicles provide agencies with access to Woolpert's T multidisciplinary services for federal work,thus expediting lengthy contracting processes.Woolpert has been awarded a number of contracting vehicles,both IDIQ(indefinite delivery,indefinite quantity) and IDC(indefinite delivery contract).Your federal agency now has the opportunity to work through projects with the appropriate funding in a 4 timely manner,using Woolpert's contracting vehicles. Woolpert's contracting vehicles are through a number of federal agencies,encompass many geographies and cover a diversity of services including master planning,aerial photography,surveying and design.A comprehensive list of our current contracting vehicles can be found on the reverse side. 1 GSA eLibrary Contractor Information Page 1 of 1 GSA Federal tian� shopping ebbrsry Service Cck ��``++ Search: an lhewords V (,..�aritractor information (Vendors)Flow to change your company Information Contract #: GS-35F-0425P v Soeio-Economic : Other than small business Contractor: WOOLPERT, INC. EPLS : Contractor not found on Address: 4454 IDEA CENTER BLVD the Excluded Parties Ust DAYTON, OH 45430-1500 System Phone: 937.531.1308 Govt.Point of Contact: VERA GREENE E-Mail: janice.james @woolpert.com Phone: 703-605-2675 Web Address: http://www.woolpert.com E-Mail: vera.greene®gsa.gov DUNS: 008929457 NAICS: 541519 Contract Clauses/Exceptions, View the specifics_for this contract Contractor Contract T&Cs Contract End Source Title Number /Prlcellst Date Category View Catalog 70 GENERAL PURPOSE COMMERCIAL GS-35F-0425P Apr 6,2019 13251 ® mE i ®Advantaget INFORMAI ION TECHNOLOGY EQUIPMENT, SOFTWARE,AND SERVICES Additional Contracts held by this contractor.To view more details of a contract click the Contract Number below. Contractor Contract T&Cs Contract End Source Title Number /Pricelist Date Category View Catalog OOCORP The Professional Services Schedule GS-OOF-0038N Feb 5,2018 871 1 PUNCH ®Advaniagol (PSS) 8712 'PUNCH ®Advanfagal 8713 PUNCH Wdvanlagof 8716 ro® EAdmningel 8741 ® MAdvantagal 8747 rv® E.Adventagal 8991 � MAdvanlagel 8997 PUNCH ®Advantao C871202 MAdvantagal C871208 ®Advantage) http://www.gsaelibrary.gsa.gov/ElibMain/contractorInfo.do?contractNumbei=GS-3 5F-042... 6/13/2016 1 AUTHORIZED FEDERAL SUPPLY SERVICE INFORMATION TECHNOLOGY SCHEDULE PRICELIST GENERAL PURPOSE COMMERCIAL INFORMATION TECHNOLOGY EQUIPMENT,SOFTWARE AND SERVICES Special Item No. 132-51 Information Technology Professional Services Note: Contractor has been awarded under the cooperative purchasing program. All awarded SINS are available to state and local government entities. SIN 132-51 -INFORMATION TECHNOLOGY(IT)PROFESSIONAL SERVICES FPDS Code D301 IT Facility Operation and Maintenance FPDS Code D302 IT Systems Development Services FPDS Code D306 IT Systems Analysis Services FPDS Code D307 Automated Information Systems Design and Integration Services FPDS Code D308 Programming Services FPDS Code D311 IT Data Conversion Services FPDS Code D313 Computer Aided Design/Computer Aided Manufacturing(CAD/CAM)Services FPDS Code D399 Other Information Technology Services,Not Elsewhere Classified Note 1: All non-professional labor categories must be incidental to and used solely to support hardware,software and/or professional services,and cannot be purchased separately. Note 2: Offerors and ordering activities are advised that the Group 70—Information Technology Schedule is not to be used as a means to procure services which properly fall under the Brooks Act. These services include, but are not limited to,architectural,engineering,mapping,cartographic production,remote sensing, geographic information systems,and related services. FAR 36.6 distinguishes between mapping services of an A/E nature and mapping services which are not connected nor incidental to the traditionally accepted A/E Services. Note 3: This solicitation is not intended to solicit for the reselling of IT Professional Services,except for the provision of implementation,maintenance,integration,or training services in direct support of a product. Under such circumstances the services must be performance by the publisher or manufacturer or one of their authorized agents. WooTpert Inc. 4454 Idea Center Blvd. Dayton,OH 45430-1500 Telephone Number:(937)461-5660 Fax Number: (937)461-0743 Web Site: www.Woolpert.com Contract Number: GS-35F-0425P Period Covered by Contract: April 7,2009 through April 6,2019. General Services Administration Federal Supply Service Products and ordering information in this Authorized FSS Information Technology Schedule Pricelist are also available on the GSA Advantage! System. Agencies can browse GSA Advantagel by accessing the Federal Supply Service's Home Page via the Internet at htW://www.fss.gsa,2ov/ U.S.General Services Administration INFORMATION FOR ORDERING ACTIVITIES APPLICABLE TO ALL SPECIAL ITEM NUMBERS..............3 TERMS AND CONDITIONS APPLICABLE TO INFORMATION TECHNOLOGY(IT)PROFESSIONAL SERVICES(SPECIAL ITEM NUMBER 132-51).....................................................................................................10 USA COMMITMENT TO PROMOTE SMALL BUSINESS PARTICIPATION PROCUREMENT PROGRAMS...............................................................................................................................................................15 BLANKET PURCHASE AGREEMENT(BPA)........................................................................................................16 BPAFORMAT GUIDELINES...................................................................................................................................17 CONTRACTOR TEAM ARRANGEMENTS............................................................................................................19 WOOLPERT INC INFORMATION TECHNOLOGY LABOR CATEGORY DESCRIPTIONS............................20 WOOLPERT INC AUTHORIZED GSA SCHEDULE CONTRACT PRICING.......................................................24 c 'pl T N y1T col i Y TQ A► ' .. ,.Af° +F.' J. '� SPECIAL NOTICE TO AGENCIES. Small Business Participation SBA strongly supports the participation of small business concerns in the Federal Supply Schedules Program. To enhance Small Business Participation SBA policy allows agencies to include in their procurement base and goals, the dollar value of orders expected to be placed against the Federal Supply Schedules, and to report accomplishments against these goals. For orders exceeding the micropurchase threshold, FAR 8.404 requires agencies to consider the catalogs/pricelists of at least three schedule contractors or consider reasonably available information by using the GSA Advantagel rM on-line shopping service(www.fss.gsa.gov). The catalogs/pricelists, GSA Advantage!Tmand the Federal Supply Service Home Page(www.fss.gsa.gov)contain information on a broad array ofproducts and services offered by small business concerns. This information should be used as a tool to assist ordering activities in meeting or exceeding established small business goals. It should also be used as a tool to assist in including small,small disadvantaged, and women-owned small businesses among those considered when selecting pricelists for a best value determination. For orders exceeding the micropurchase threshold, customers are to give preference to small business concerns when two or more items at the same delivered price will satisfy their requirement. 1. GEOGRAPHIC SCOPE OF CONTRACT: The geographic scope of contract is the 48 contiguous states and the District of Columbia. 2. CONTRACTOR'S ORDERING ADDRESS AND PAYMENT INFORMATION: Orderine Address Payment Address Woolpert Inc. Woolpert Inc. 4454 Idea Center Blvd. P.O.Box 641998 Dayton,OH 45430-1500 Cincinnati,OH 45264-1998 Contractors are required to accept credit cards for payments equal to or less than the micro-purchase threshold for oral or written delivery orders. Credit cards will be acceptable for payment above the micro-purchase threshold. In addition,bank account information for wire transfer payments will be shown on the invoice. The following telephone number can be used by ordering activities to obtain technical and/or ordering assistance: (937)531.1308 3. LIABILITY FOR INJURY OR DAMAGE The Contractor shall not be liable for any injury to ordering activity personnel or damage to ordering activity property arising from the use of equipment maintained by the Contractor,unless such injury or damage is due to the fault or negligence of the Contractor. 4. STATISTICAL DATA FOR GOVERNMENT ORDERING OFFICE COMPLETION OF STANDARD FORM 279: Block 9: G. Order/Modification Under Federal Schedule Block 16: Data Universal Numbering System(DUNS)Number: 00-892-9457 Block 30: Type of Contractor-C. Large Business Block 31: Woman-Owned Small Business-No Block 36: Contractor's Taxpayer Identification Number(TIN): 20-1391406 4a. CAGE Code: OKR30 4b. Contractor has registered with the Central Contractor Registration Database. Woolpert Inc. GS-35F-0425P Page 3 (937)461-5660 5. FOB DESTINATION 6. DELIVERY SCHEDULE a. TIME OF DELIVERY: The Contractor shall deliver to destination within the number of calendar days after receipt of order(ARO),as set forth below: SPECIAL ITEM NUMBER DELIVERY TIME(Days ARO) 132-51 As negotiated between Contractor and Ordering Activity. b. URGENT REQUIREMENTS: When the Federal Supply Schedule contract delivery period does not meet the bona fide urgent delivery requirements of an ordering activity,ordering activities are encouraged,if time permits,to contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall reply to the inquiry within 3 workdays after receipt. (Telephonic replies shall be confirmed by the Contractor in writing.) If the Contractor offers an accelerated delivery time acceptable to the ordering activity,any order(s)placed pursuant to the agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time and in accordance with all other terms and conditions of the contract. 7. DISCOUNTS: PRICES SHOWN ARE NET PRICES; BASIC DISCOUNTS HAVE BEEN DEDUCTED. a. Prompt Payment: None—NET 30 days from receipt of invoice. b. Quantity:None C. Dollar Volume:None d. Government Educational Institutions:Educational Institutions are offered the same discounts as all other Government customers e. Other:None 8. TRADE AGREEMENTS ACT OF 1979,AS AMENDED: All items are U.S.made end products,designated country end products,Caribbean Basin country end products, Canadian end products,or Mexican end products as defined in the Trade Agreements Act of 1979,as amended. 9. STATEMENT CONCERNING AVAILABILITY OF EXPORT PACKING: N/A 10. SMALL REQUIREMENTS: The minimum dollar value of orders to be issued is$100. 11. MAXIMUM ORDER(ALL DOLLAR AMOUNTS ARE EXCLUSIVE OF ANY DISCOUNT FOR PROMPT PAYMENT.) a. The Maximum Order value for Special Item Number 132-51 -Information Technology(1T) Professional Services is$500,000. 12. USE OF FEDERAL SUPPLY SERVICE INFORMATION TECHNOLOGY SCHEDULE CONTRACTS. In accordance with FAR 8.404: [NOTE: Special ordering procedures have been established for Special Item Number(SIN) 132-51 IT Professional Services;refer to the terms and conditions for this SIN.] Orders placed pursuant to a Multiple Award Schedule(MAS),using the procedures in FAR 8.404,are considered to be issued pursuant to full and open competition. Therefore,when placing orders under Federal Supply Schedules, ordering activities need not seek further competition,synopsize the requirement,make a separate determination of fair and reasonable pricing,or consider small business set-asides in accordance with subpart 19.5. GSA has already determined the prices of items under schedule contracts to be fair and reasonable. By placing an order against a schedule using the procedures outlined below,the ordering activity has concluded that the order represents the best value and results in the lowest overall cost alternative(considering price,special features,administrative costs,etc.) to meet the ordering activity's needs. a. Orders placed at or below the micro-purchase threshold. Ordering activities can place orders at or below the micro-purchase threshold with any Federal Supply Schedule Contractor. Woolperl Inc. GS-35F-0425P Page 4 (937)461-5660 b. Orders exceeding the micro-purchase threshold but not exceeding the maximum order threshold. Orders should be placed with the Schedule Contractor that can provide the supply or service that represents the best value. Before placing an order,ordering activities should consider reasonably available information about the supply or service offered under MAS contracts by using the"GSA Advantage!"on-line shopping service,or by reviewing the catalogs/pricelists of at least three Schedule Contractors and selecting the delivery and other options available under the schedule that meets the ordering activity's needs. In selecting the supply or service representing the best value,the ordering activity may consider-- (1) Special features of the supply or service that are required in effective program performance and that are not provided by a comparable supply or service; (2) Trade-in considerations; (3) Probable life of the item selected as compared with that of a comparable item; (4) Warranty considerations; (5) Maintenance availability; (6) Past performance;and (7) Environmental and energy efficiency considerations. C. Orders exceeding the maximum order threshold. Each schedule contract has an established maximum order threshold. This threshold represents the point where it is advantageous for the ordering activity to seek a price reduction. In addition to following the procedures in paragraph b,above,and before placing an order that exceeds the maximum order threshold,ordering activities shall-- Review additional Schedule Contractors' (1) catalogs/pricelists or use the"GSA Advantage!"on-line shopping service; (2) Based upon the initial evaluation,generally seek price reductions from the Schedule Contractor(s) appearing to provide the best value(considering price and other factors);and (3) After price reductions have been sought,place the order with the Schedule Contractor that provides the best value and results in the lowest overall cost alternative. If further price reductions are not offered,an order may still be placed,if the ordering activity determines that it is appropriate. NOTE: For orders exceeding the maximum order threshold,the Contractor may: (1) Offer a new lower price for this requirement(the Price Reductions clause is not applicable to orders placed over the maximum order in FAR 52.216-19 Order Limitations); (2) Offer the lowest price available under the contract;or (3) Decline the order(orders must be returned in accordance with FAR 52.216-19). d. Blanket purchase agreements(BPAs). The establishment of Federal Supply Schedule BPAs is permitted when following the ordering procedures in FAR 8.404. All schedule contracts contain BPA provisions. Ordering activities may use BPAs to establish accounts with Contractors to fill recurring requirements. BPAs should address the frequency of ordering and invoicing,discounts,and delivery locations and times. e. Price reductions. In addition to the circumstances outlined in paragraph c,above,there may be instances when ordering activities will find it advantageous to request a price reduction. For example,when the ordering activity finds a schedule supply or service elsewhere at a lower price or when a BPA is being established to fill recurring requirements,requesting a price reduction could be advantageous. The potential volume of orders under these agreements,regardless of the size of the individual order,may offer the ordering activity the opportunity to secure greater discounts. Schedule Contractors are not required to pass on to all schedule users a price reduction extended only to an individual ordering activity for a specific order. Woolpert Inc. GS-35F-0425P Page 5 (937)461-5660 I Small business. For orders exceeding the micro-purchase threshold,ordering activities should give preference to the items of small business concerns when two or more items at the same delivered price will satisfy the requirement. g. Documentation. Orders should be documented,at a minimum, by identifying the Contractor the item was purchased from,the item purchased,and the amount paid. if an ordering activity requirement,in excess of the micro-purchase threshold,is defined so as to require a particular brand name,product,or feature of a product peculiar to one manufacturer,thereby precluding consideration of a product manufactured by another company,the ordering activity shall include an explanation in the file as to why the particular brand name,product,or feature is essential to satisfy the ordering activity's needs. 13. FEDERAL INFORMATION TECHNOLOGY/TELECOMMUNICATION STANDARDS REQUIREMENTS: Ordering activities acquiring products from this Schedule must comply with the provisions of the Federal Standards Program,as appropriate(reference: NIST Federal Standards Index). Inquiries to determine whether or not specific products listed herein comply with Federal Information Processing Standards(FIPS)or Federal Telecommunication Standards(FED-STDS),which are cited by ordering activities, shall be responded to promptly by the Contractor. 13.1 FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS(FIPS PUBS): Information Technology products under this Schedule that do not conform to Federal Information Processing Standards(FIPS)should not be acquired unless a waiver has been granted in accordance with the applicable"FIPS Publication." Federal Information Processing Standards Publications(FIPS PUBS) are issued by the U.S.Department of Commerce, National Institute of Standards and Technology(KIST), pursuant to National Security Act. Information concerning their availability and applicability should be obtained from the National Technical Information Service(NTIS),5285 Port Royal Road,Springfield, Virginia 22161. FIPS PUBS include voluntary standards when these are adopted for Federal use. Individual orders for FIPS PUBS should be referred to the NTIS Sales Office,and orders for subscription service should be referred to the NTIS Subscription Officer,both at the above address,or telephone number(703)487-4650. 13.2 FEDERAL TELECOMMUNICATION STANDARDS(FED-STDS): Telecommunication products under this Schedule that do not conform to Federal Telecommunication Standards(FED-STDS)should not be acquired unless a waiver has been granted in accordance with the applicable "FED-STD." Federal Telecommunication Standards are issued by the U.S.Department of Commerce,National Institute of Standards and Technology(KIST),pursuant to National Security Act.Ordering information and information concerning the availability of FED-STDS should be obtained from the GSA,Federal Supply Service,Specification Section,470 East L'Enfant Plaza,Suite 8100,SW,Washington,DC 20407, telephone number(202)619-8925. Please include a self-addressed mailing label when requesting information by mail. Information concerning their applicability can be obtained by writing or calling the U.S.Department of Commerce,National Institute of Standards and Technology,Gaithersburg,MD 20899, telephone number(301)975-2833. 14. CONTRACTOR TASKS/SPECIAL REQUIREMENTS(C-FSS-370)(NOV 2001) (a) Security Clearances: The Contractor may be required to obtain/possess varying levels of security clearances in the performance of orders issued under this contract. All costs associated with obtaining/possessing such security clearances should be factored into the price offered under the Multiple Award Schedule. (b)Travel: The Contractor may be required to travel in performance of orders issued under this contract. Allowable travel and per diem charges are governed by Pub L.99-234 and FAR Part 31,and are reimbursable by the ordering agency or can be priced as a fixed price item on orders placed under the Multiple Award Schedule. Travel in performance of a task order will only be reimbursable to the extent authorized by the ordering agency. The Industrial Funding Fee does NOT apply to travel and per diem charges. (c) Certifications,Licenses and Accreditations: As a commercial practice,the Contractor may be required to obtain/possess any variety of certifications,licenses and accreditations for specific FSC/service code Woolperl Inc. GS-35F-0425P Page 6 (937)461-5660 classifications offered. All costs associated with obtaining/possessing such certifications, licenses and accreditations should be factored into the price offered under the Multiple Award Schedule program. (d)Insurance: As a commercial practice,the Contractor may be required to obtain/possess insurance coverage for specific FSC/service code classifications offered. All costs associated with obtaining/possessing such insurance should be factored into the price offered under the Multiple Award Schedule program. (e) Personnel: The Contractor may be required to provide key personnel,resumes or skill category descriptions in the performance of orders issued under this contract. Ordering activities may require agency approval of additions or replacements to key personnel. (f) Organizational Conflicts of Interest: Where there may be an organizational conflict of interest as determined by the ordering agency,the Contractor's participation in such order may be restricted in accordance with FAR Part 9.5. (g)Documentation/Standards: The Contractor may be requested to provide products or services in accordance with rules,regulations,OMB orders,standards and documentation as specified by the agency's order. (h)Data/Deliverable Requirements: Any required data/deliverables at the ordering level will be as specified or negotiated in the agency's order. (i) Government-Fumished Property: As specified by the agency's order,the Government may provide property,equipment,materials or resources as necessary. 0) Availability of Funds: Many Government agencies' operating funds are appropriated for a specific fiscal year. Funds may not be presently available for any orders placed under the contract or any option year. The Government's obligation on orders placed under this contract is contingent upon the availability of appropriated funds from which payment for ordering purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are available to the ordering Contracting Officer. 15. CONTRACT ADMINISTRATION FOR ORDERING ACTIVITIES: Any ordering activity,with respect to any one or more delivery orders placed by it under this contract,may exercise the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212-4,paragraphs(1) Termination for the ordering activity's convenience,and(m)Termination for Cause(See C.1.) 16. GSA Advantage! GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors'schedule prices with ordering information. GSA Advantage! will allow the user to perform various searches across all contracts including,but not limited to: (1) Manufacturer; (2) Manufacturer's Part Number;and (3) Product categories. Agencies can browse GSA Advantage!by accessing the Internet World Wide Web utilizing a browser(ex.: NetScape). The Internet address is http://www.fss.gsa.gov/. 17. PURCHASE OF OPEN MARKET ITEMS NOTE: Open Market Items are also known as incidental items,noncontract items,non-Schedule items,and items not on a Federal Supply Schedule contract. For administrative convenience,an ordering activity contracting officer may add items not on the Federal Supply Multiple Award Schedule(MAS)--referred to as open market items--to a Federal Supply Schedule blanket purchase agreement(BPA)or an individual task or delivery order,only if- Woolperl hie. GS-35F-0425P Page 7 (937)461-5660 (1) All applicable acquisition regulations pertaining to the purchase of the items not on the Federal Supply Schedule have been followed(e.g.,publicizing(Part 5),competition requirements(Part 6), acquisition of commercial items(Part 12),contracting methods(Parts 13, 14,and 15),and small business programs(Part 19)); (2) The ordering activity contracting officer has determined the price for the items not on the Federal Supply Schedule is fair and reasonable; (3) The items are clearly labeled on the order as items not on the Federal Supply Schedule;and (4) All clauses applicable to items not on the Federal Supply Schedule are included in the order. 18. CONTRACTOR COMMITMENTS,WARRANTIES AND REPRESENTATIONS a. For the purpose of this contract,commitments,warranties and representations include, in addition to those agreed to for the entire schedule contract: (1) Time of delivery/installation quotations for individual orders; (2) Technical representations and/or warranties of products concerning performance,total system performance and/or configuration,physical,design and/or functional characteristics and capabilities of a product/equipment/service/software package submitted in response to requirements which result in orders under this schedule contract. (3) Any representations and/or warranties concerning the products made in any literature,description, drawings and/or specifications furnished by the Contractor. b. The above is not intended to encompass items not currently covered by the GSA Schedule contract. 19. OVERSEAS ACTIVITIES The terms and conditions of this contract shall apply to all orders for installation,maintenance and repair of equipment in areas listed in the pricelist outside the 48 contiguous states and the District of Columbia,except as indicated below: NA Upon request of the Contractor,the ordering activity may provide the Contractor with logistics support,as available, in accordance with all applicable ordering activity regulations. Such ordering activity support will be provided on a reimbursable basis,and will only be provided to the Contractor's technical personnel whose services are exclusively required for the fulfillment of the terms and conditions of this contract. 20. BLANKET PURCHASE AGREEMENTS(BPAs) Federal Acquisition Regulation(FAR) 13.303-1(a)defines Blanket Purchase Agreements(BPAs)as"...a simplified method of filling anticipated repetitive needs for supplies or services by establishing`charge accounts'with qualified sources of supply." The use of Blanket Purchase Agreements under the Federal Supply Schedule Program is authorized in accordance with FAR 13.303-2(c)(3),which reads,in part,as follows: "BPAs may be established with Federal Supply Schedule Contractors,if not inconsistent with the terms of the applicable schedule contract." Federal Supply Schedule contracts contain BPA provisions to enable schedule users to maximize their administrative and purchasing savings. This feature permits schedule users to set up"accounts"with Schedule Contractors to fill recurring requirements. These accounts establish a period for the BPA and generally address issues such as the frequency of ordering and invoicing,authorized callers,discounts,delivery locations and times. Agencies may qualify for the best quantity/volume discounts available under the contract,based on the potential volume of business that may be generated through such an agreement,regardless of the size of the individual orders. In addition,agencies may be able to secure a discount higher than that available in the contract based on the aggregate volume of business possible under a BPA. Finally,Contractors may be open to a progressive type of discounting where the discount would increase once the sales accumulated under the BPA reach certain prescribed Woolpert Ine. GS-35F-0425P Page 8 (937)461-5660 levels. Use of a BPA may be particularly useful with the new Maximum Order feature. See the Suggested Format, contained in this Schedule Pricelist,for customers to consider when using this purchasing tool. 21. CONTRACTOR TEAM ARRANGEMENTS Contractors participating in contractor team arrangements must abide by all terms and conditions of their respective contracts. This includes compliance with Clauses 552.238-74,Contractor's Reports of Sales and 552.238-76, Industrial Funding Fee,i.e.,each contractor(team member)must report sales and remit the IFF for all products and services provided under its individual contract. 22. INSTALLATION,DE INSTALLATION,REINSTALLATION The Davis-Bacon Act(40 U.S.C.276a-276a-7)provides that contracts in excess of$2,000 to which the United States or the District of Columbia is a party for construction,alteration,or repair(including painting and decorating) of public buildings or public works with the United States,shall contain a clause that no laborer or mechanic employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis-Bacon Act do not apply if the construction work is incidental to the furnishing of supplies,equipment,or services. For example,the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply contract. However,if the construction,alteration or repair is segregable and exceeds$2,000,then the requirements of the Davis-Bacon Act applies. The ordering activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis-Bacon Act. The proper Davis-Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation,deinstallation,and reinstallation services under SIN 132-8. 23. SECTION 508 COMPLIANCE. If applicable,Section 508 compliance information on the supplies and services in this contract are available in Electronic and Information Technology(EIT)at the following:Not ap lip cable. The EIT standard can be found at: www.Section508.gov/. 24. PRIME CONTRACTOR ORDERING FROM FEDERAL SUPPLY SCHEDULES. Prime Contractors(on cost reimbursement contracts)placing orders under Federal Supply Schedules,on behalf of an ordering activity,shall follow the terms of the applicable schedule and authorization and include with each order a. A copy of the authorization from the ordering activity with whom the contractor has the prime contract (unless a copy was previously furnished to the Federal Supply Schedule contractor);and b. The following statement: This order is placed under written authorization from dated__ _. In the event of any inconsistency between the terms and conditions of this order and those of your Federal Supply Schedule contract,the latter will govern. 25. INSURANCE—WORK ON A GOVERNMENT INSTALLATION(JAN 1997)(FAR 52.228-5) a. The Contractor shall,at its own expense,provide and maintain during the entire performance of this contract,at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract. b. Before commencing work under this contract,the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective- 1. For such period as the laws of the State in which this contract is to be performed prescribe;or Woolpert Inc. GS-35F-0425P Page 9 (937)461-5660 2. Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. C. The Contractor shall insert the substance of this clause,including this paragraph(c),in subcontracts under this contract that require work on a Government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors'proofs of required insurance,and shall make copies available to the Contracting Officer upon request. Woolpert Inc. CS-35F-0425P Page 10 (937)461-5660 i [J01N AND iU!NP[[ ]07NSAM'!11/ \UL]� ']O [��F(>8\],�| /|l~\ '��C}l��( |.0��Y (| �') ER l] .�| � ^�1 - ' 1. SCOPE a. The prices,terms and conditions stated under Special Item Number l32'5] Information Technology Professional Services apply exclusively tolTServices within the scope of this Information Technology Schedule. b. Ile Contractor shall provide services at the Contractor's facility and/or at the ordering activity location,uo agreed toby the Contractor and the ordering activity. %. PERFORMANCE INCENTIVES a. Performance incentives may be agreed upon between the Contractor and the ordering activity on individual fixed price orders or Blanket Purchase Agreements under this contract in accordance with this clause. 6. The ordering activity must establish a maximum performance incentive price for these services and/or total solutions uo individual orders ur Blanket Purchase Agreements. C. l0000th/eo should be designed Uo relate results achieved 6ythe contractor to opcoiOcd targets. To the maximum extent practicable,ordering activities obaU uuooidcr ostu6Dohbo&inuomdvoo where performance is critical to the ordering activity's mission and incentives are Rely to motivate the contractor. Incentives obuD 6e based oo objectively measurable tasks. 3. ORDERING PROCElN0RE,8FOR SERVICES(REQUIRING A8TATEMENT OF WORK) (Q'FCI-9%#)(MAR%0O3) FAR 8.402 contemplates that GSA may occasionally find it necessary to establish special ordering procedures for individual Federal Supply Schedules or for some Special Item Numbers(SINs)within a Schedule. GSA has established special ordering procedures for services that require a Statement of Work. These special ordering procedures take preundoouo over the procedures in FAR 8.404(b)(2)through(6)(3). When ordering services over$100,000,Department of Defense(DOD)ordering offices and non-DOD agencies placing orders on behalf oY the DOD must follow the policies and procedures in the Defense Federal Acquisition Regulation Supplement(DFARS)208.404-70—Additional ordering procedures for services. WhcoD9'&RS 2O8.4O4'70is applicable and there ivaconflict between the ordering procedures contained io this clause and the additional ordering procedures for services in DF&R8 208.404'70,the DFAR0 procedures take pnooed000c. GSA has determined that the prices for services contained in the contractor's price list applicable to.this Schedule are fair and reasonable. Bmvnvor,the ordering activity using this contract is responsible for considering the level of effort and niix of labor proposed to perform a specific task being ordered and for making a determination that the total firm-fixed price orceiling price io fair and reasonable. u. When ordering services,ordering activities ahull— l. Prepare u Request(Request for Quote or other communication toul): (i) A statement of work(a performance-based statement of work is preferred)that outlines, at a minimum,the work to be performed,location of work,period of performance,deliverable schedule,applicable standards,acceptance criteria,and any special requirements(i.e.,security clearances,travel,special knowledge,eto.)should he prepared. 00 The request should include the statement of work and request the contractors tosubmit either afirm-fixed p6uu oruceiling price tu provide the uxrvluco outlined in the statement of work. A firm-fixed price order shall be requested,unless the ordering activity makes a determination that itiu not possible ut the time of placing the order to estimate accurately the extent or duration of the work or to anticipate cost with any reasonable degree of confidence. Wowlpert-Ime. GS-35F-0425P Page 11 (937)461-5660 When such a determination is made,a labor hour or time-and-materials proposal may be requested.The firm-fixed price shall be based on the rates in the schedule contract and shall consider the mix of labor categories and level of effort required to perform the services described in the statement of work.The firm-fixed price of the order should also include any travel costs or other incidental costs related to performance of the services ordered,unless the order provides for reimbursement of travel costs at the rates provided in the Federal Travel or Joint Travel Regulations. A ceiling price must be established for labor-hour and time-and-materials orders. (iii) The request may ask the contractors,if necessary or appropriate,to submit a project plan for performing the task,and information on the contractor's experience and/or past performance performing similar tasks. (iv) The request shall notify the contractors what basis will be used for selecting the contractor to receive the order.The notice shall include the basis for determining whether the contractors are technically qualified and provide an explanation regarding the intended use of any experience and/or past performance information in determining technical qualification of responses. If consideration will be limited to schedule contractors who are small business concerns as permitted by paragraph(2)below,the request shall notify the contractors that will be the case. 2. Transmit the Request to Contractors: Based upon an initial evaluation of catalogs and price lists,the ordering activity should identify the contractors that appear to offer the best value(considering the scope of services offered, pricing and other factors such as contractors' locations,as appropriate)and transmit the request as follows: NOTE: When buying IT professional services under SIN 132-51 ONLY,the ordering office,at its discretion, may limit consideration to those schedule contractors that are small business concerns. This limitation is not applicable when buying supplies and/or services under other SINS as well as SIN 132-51. The limitation may only be used when at least three(3)small businesses that appear to offer services that will meet the agency's needs are available,if the order is estimated to exceed the micro-purchase threshold. (i) The request should be provided to at least three(3)contractors if the proposed order is estimated to exceed the micro-purchase threshold, but not exceed the maximum order threshold. (ii) For proposed orders exceeding the maximum order threshold,the request should be provided to additional contractors that offer services that will meet the ordering activity's needs. (iii) In addition,the request shall be provided to any contractor who specifically requests a copy of the request for the proposed order. (iv) Ordering activities should strive to minimize the contractors'costs associated with responding to requests for quotes for specific orders.Requests should be tailored to the minimum level necessary for adequate evaluation and selection for order piacemenl. Oral presentations should be considered,when possible. 3. Evaluate Responses and Select the Contractor to Receive the Order: After responses have been evaluated against the factors identified in the request,the order should be placed with the schedule contractor that represents the best value. (See FAR 8.404) b. The establishment of Federal Supply Schedule Blanket Purchase Agreements(BPAs)for recurring services is permitted when the procedures outlined herein are followed.All BPAs for services must define the services that may be ordered under the BPA,along with delivery or performance time frames,billing procedures,etc.The potential volume of orders under BPAs,regardless of the size of individual orders, Woo/pert Inc. GS-35F-0425F Page 12 (937)461-5660 may offer the ordering activity the opportunity to secure volume discounts.When establishing BPAs, ordering activities shall- 1. Inform contractors in the request(based on the ordering activity's requirement)if a single BPA or multiple BPAs will be established,and indicate the basis that will be used for selecting the contractors to be awarded the BPAs. 0) SINGLE BPA:Generally,a single BPA should be established when the ordering activity can define the tasks to be ordered under the BPA and establish a firm-fixed price or ceiling price for individual tasks or services to be ordered. When this occurs,authorized users may place the order directly under the established BPA when the need for service arises.The schedule contractor that represents the best value should be awarded the BPA. (See FAR 8.404) (ii) MULTIPLE BPAs: When the ordering activity determines multiple BPAs are needed to meet its requirements,the ordering activity should determine which contractors can meet any technical qualifications before establishing the BPAs. When establishing the BPAs, the procedures in(a)(2)above must be followed. The procedures at(a)(2)do not apply to orders issued under multiple BPAs. Authorized users must transmit the request for quote for an order to all BPA holders and then place the order with the Schedule contractor that represents the best value. 2. Review BPAs Periodically: Such reviews shall be conducted at least annually.The purpose of the review is to determine whether the BPA still represents the best value. (See FAR 8.404) C. The ordering activity should give preference to small business concerns when two or more contractors can provide the services at the same firm-fixed price or ceiling price. d. When the ordering activity's requirement involves both products as well as executive,administrative and/or professional,services,the ordering activity should total the prices for the products and the firm- fixed price for the services and select the contractor that represents the best value. (See FAR 8.404) e. The ordering activity,at a minimum,should document orders by identifying the contractor from which the services were purchased,the services purchased,and the amount paid. If other than a firm-fixed price order is placed,such documentation should include the basis for the determination to use a labor-hour or time-and-materials order. For ordering activity requirements in excess of the micro-purchase threshold,the order file should document the evaluation of Schedule contractors' quotes that formed the basis for the selection of the contractor that received the order and the rationale for any trade-offs made in making the selection. 4. ORDER a. Ordering activities may use written orders,EDI orders, blanket purchase agreements,individual purchase orders,or task orders for ordering services under this contract. Blanket Purchase Agreements shall not extend beyond the end of the contract period;all services and delivery shall be made and the contract terms and conditions shall continue in effect until the completion of the order. Orders for tasks which extend beyond the fiscal year for which funds are available shall include FAR 52.232-19 Availability of Funds for the Next Fiscal Year. The purchase order shall specify the availability of funds and the period for which funds are available. b. All task orders are subject to the terms and conditions of the contract. In the event of conflict between a task order and the contract,the contract will take precedence. 5. PERFORMANCE OF SERVICES a. The Contractor shall commence performance of services on the date agreed to by the Contractor and the ordering activity. b. The Contractor agrees to render services only during normal working hours,unless otherwise agreed to by the Contractor and the ordering activity. WoolperlInc. GS-35F-0425P Page 13 (937)461-5660 C. The ordering activity should include the criteria for satisfactory completion for each task in the Statement of Work or Delivery Order. Services shall be completed in a good and workmanlike manner. d. Any Contractor travel required in the performance of IT Services must comply with the Federal Travel Regulation or Joint Travel Regulations,as applicable,in effect on the date(s)the travel is performed. Established Federal Government per diem rates will apply to all Contractor travel. Contractors cannot use GSA city pair contracts. 6. INSPECTION OF SERVICES The Inspection of Services—Fixed Price(AUG 1996)clause at FAR 52.246-4 applies to firm-fixed price orders placed under this contract. The Inspection—Time-and-Materials and Labor-Hour(JAN 1986)clause at FAR 52.246- 6 applies to time-and-materials and labor-hour orders placed under this contract. 7. RESPONSIBILITIES OF THE CONTRACTOR The Contractor shall comply with all laws,ordinances,and regulations(Federal, State,City,or otherwise)covering work of this character. If the end product of a task order is software,then FAR 52.227-14 Rights in Data—General, may apply. 8. RESPONSIBILITIES OF THE ORDERING ACTIVITY Subject to security regulations,the ordering activity shall permit Contractor access to all facilities necessary to perform the requisite IT Services. 9. INDEPENDENT CONTRACTOR All IT Services performed by the Contractor under the terms of this contract shall be as an independent Contractor, and not as an agent or employee of the ordering activity. 10. ORGANIZATIONAL CONFLICTS OF INTEREST a. Definitions. "Contractor"means the person,firm,unincorporated association,joint venture,partnership,or corporation that is a party to this contract. "Contractor and its affiliates"and"Contractor or its affiliates"refers to the Contractor,its chief executives, directors,officers,subsidiaries,affiliates,subcontractors at any tier,and consultants and any joint venture involving the Contractor,any entity into or with which the Contractor subsequently merges or affiliates,or any other successor or assignee of the Contractor. An"Organizational conflict of interest"exists when the nature of the work to be performed under a proposed ordering activity contract,without some restriction on ordering activities by the Contractor and its affiliates,may either(i)result in an unfair competitive advantage to the Contractor or its affiliates or(ii) impair the Contractor's or its affiliates' objectivity in performing contract work. b. To avoid an organizational or financial conflict of interest and to avoid prejudicing the best interests of the ordering activity,ordering activities may place restrictions on the Contractors,its affiliates,chief executives,directors,subsidiaries and subcontractors at any tier when placing orders against schedule contracts. Such restrictions shall be consistent with FAR 9.505 and shall be designed to avoid,neutralize, or mitigate organizational conflicts of interest that might otherwise exist in situations related to individual orders placed against the schedule contract. Examples of situations,which may require restrictions,are provided at FAR 9.508. 11. INVOICES The Contractor,upon completion of the work ordered,shall submit invoices for IT services. Progress payments may be authorized by the ordering activity on individual orders if appropriate. Progress payments shall be based Woolpert hie. GS-35F-0425P Page 14 (937)461-5660 A upon completion of defined milestones or interim products. Invoices shall be submitted monthly for recurring services performed during the preceding month. 12. PAYMENTS For firm-fixed price orders the ordering activity shall pay the Contractor,upon submission of proper invoices or vouchers,the prices stipulated in this contract for service rendered and accepted. Progress payments shall be made only when authorized by the order. For time-and-materials orders,the Payments under Time-and-Materials and Labor-Hour Contracts at FAR 52.232-7(DEC 2002),Alternate I(APR 1984)applies to time-and-materials orders placed under this contract. For labor-hour orders,the Payment under Time-and-Materials and Labor-Hour Contracts at FAR 52.232-7(DEC 2002),Alternate 11(DEC 2002)applies to labor-hour orders placed under this contract. 13. RESUMES Resumes shall be provided to the GSA Contracting Officer or the user ordering activity upon request. 14. INCIDENTAL SUPPORT COSTS Incidental support costs are available outside the scope of this contract. The costs will be negotiated separately with the ordering activity in accordance with the guidelines set forth in the FAR. 15. APPROVAL OF SUBCONTRACTS The ordering activity may require that the Contractor receive,from the ordering activity's Contracting Officer, written consent before placing any subcontract for furnishing any of the work called for in a task order. 16. DESCRIPTION OF IT SERVICES AND PRICING Please see the attached labor category descriptions and pricing. 17. EQUIVALENCY Woolpert Inc.reserves the right to make the following substitutions in the education and/or experience requirements of any of the service skill categories set forth herein. • One year of specifically related experience is the equivalent of one year of formal education. • One year of formal education is the equivalent of one year of specifically related experience. • Certification related to the field is equivalent to one year of the experience/education requirement. Woolpert Inc. GS-35F-0425P Page 15 (937)461-5660 s. NIA1,l ill %,X l ` S I$.1It11 ;'IV V1 ifl� I_ h. URENILIST 1111ZO(Sk.ov, PREAMBLE Woolpert Inc. provides commercial products and services to ordering activities.We are committed to promoting participation of small,small disadvantaged and women-owned small businesses in our contracts. We pledge to provide opportunities to the small business community through reselling opportunities,mentor-protdgd programs, joint ventures,teaming arrangements,and subcontracting. COMMITMENT To actively seek and partner with small businesses. To identify,qualify,mentor and develop small,small disadvantaged and women-owned small businesses by purchasing from these businesses whenever practical. To develop and promote company policy initiatives that demonstrate our support for awarding contracts and subcontracts to small business concerns. To undertake significant efforts to determine the potential of small,small disadvantaged and women-owned small business to supply products and services to our company. To insure procurement opportunities are designed to permit the maximum possible participation of small,small disadvantaged,and women-owned small businesses. To attend business opportunity workshops,minority business enterprise seminars,trade fairs,procurement conferences,etc.,to identify and increase small businesses with whom to partner. To publicize in our marketing publications our interest in meeting small businesses that may be interested in subcontracting opportunities. We signify our commitment to work in partnership with small,small disadvantaged and women-owned small businesses to promote and increase their participation in ordering activity contracts.To accelerate potential opportunities please contact Janice James by phone:(937)531,1308 or e-mail:Janice.james@woolpert.com. Woolpert Inc. GS-35F-0425P Page 16 (937)461-5660 , s REST VALUE BLANKET PURCHASE AGREEMENT FEDERAL SUPPLY SCHEDULE (Insert Customer Name) In the spirit of the Federal Acquisition Streamlining Act (Ordering g ctivity)and(Contractor)enter into a cooperative agreement to further reduce the administrative costs of acquiring commercial items from the General Services Administration(GSA)Federal Supply Schedule Contract(s) Federal Supply Schedule contract BPAs eliminate contracting and open market costs such as: search for sources;the development of technical documents,solicitations and the evaluation of offers. Teaming Arrangements are permitted with Federal Supply Schedule Contractors in accordance with Federal Acquisition Regulation(FAR)9.6. This BPA will further decrease costs,reduce paperwork,and save time by eliminating the need for repetitive, individual purchases from the schedule contract. The end result is to create a purchasing mechanism for the ordering activity that works better and costs less. Signatures Ordering Activity Date Contractor Date W001pert Inc. GS-35F-0425P Page 17 (937)461-5660 e BPA NUMBER (CUSTOMER NAME) BLANKET PURCHASE AGREEMENT Pursuant to GSA Federal Supply Schedule Contract Number(s) ,Blanket Purchase Agreements,the Contractor agrees to the following terms of a Blanket Purchase Agreement(BPA)EXCLUSIVELY WITH (Ordering Activity): (1) The following contract items can be ordered under this BPA.All orders placed against this BPA are subject to the terms and conditions of the contract,except as noted below: MODEL NUMBERIPART NUMBER *SPECIAL BPA DISCOUNT/PRICE (2) Delivery: DESTINATION DELIVERY SCHEDULES/DATES (3) The ordering activity estimates,but does not guarantee,that the volume of purchases through this agreement will be (4) This BPA does not obligate any funds. (5) This BPA expires on or at the end of the contract period,whichever is earlier. (6) The following office(s)is hereby authorized to place orders under this BPA: OFFICE POINT OF CONTACT (7) Orders will be placed against this BPA via Electronic Data Interchange(EDI),FAX,or paper. (8) Unless otherwise agreed to,all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum: (a) Name of Contractor; (b) Contract Number; (c) BPA Number; (d) Model Number or National Stock Number(NSN); (e) Purchase Order Number; (f) Date of Purchase; Woolpert Inc. GS-35F-0425P Page 18 (937)461-5660 (g) Quantity,Unit Price,and Extension of Each Item(unit prices and extensions need not be shown when incompatible with the use of automated systems;provided,that the invoice is itemized to show the information);and (h) Date of Shipment. (9) The requirements of a proper invoice are specified in the Federal Supply Schedule contract. Invoices will be submitted to the address specified within the purchase order transmission issued against this BPA. (10) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor's invoice,the provisions of this BPA will take precedence. Woolpert Inc. GS-35F-0425P Page 19 (937)461-5660 BASIC GUIDELINES FOR USING "CONTRACTOR TEAM ARRANGEMENTS" Federal Supply Schedule Contractors may use"Contractor Team Arrangements"(see FAR 9.6)to provide solutions when responding to a ordering activity requirements. These Team Arrangements can be included under a Blanket Purchase Agreement(BPA). BPAs are permitted under all Federal Supply Schedule contracts. Orders under a Team Arrangement are subject to terms and conditions or the Federal Supply Schedule Contract. Participation in a Team Arrangement is limited to Federal Supply Schedule Contractors. Customers should refer to FAR 9.6 for specific details on Team Arrangements. Here is a general outline on how it works: • The customer identifies their requirements. • Federal Supply Schedule Contractors may individually meet the customers needs,or- • Federal Supply Schedule Contractors may individually submit a Schedules"Team Solution"to meet the customer's requirement. • Customers make a best value selection. Woolpert Inc. GS-35F-0415P Page 10 (937)461-5660 WOOLPERT INC INFORMATION TECHNOLOGY LABOR CATEGORY DESCRIPTIONS Job Title:Program Manaeer Minimum/General Experience:Eight years of relevant,practical experience in information systems management or within geographic information systems.Must be able to read,analyze,and interpret complex documents and problems;respond effectively to sensitive inquiries;develop relevant computer applications or other analysis techniques;and establish and maintain rapport with employees,community leaders,and management.Must possess above average verbal and written communication,presentation,and Microsoft Office skills and knowledge of discipline-related software applications.Must possess applicable registration/certification. Functional Responsibility:Provides expert evaluation and consulting support to strategic planning efforts. Provides technical expertise and leadership in directing the research,development,planning,design,and administration of complex projects.Trains and develops internal staff.Provides technical expertise,quality assurance,project management,and leadership in the definition and planning phases of information technology and geographic information systems projects,and for coordinating the technical execution of complex,diversified projects. Minimum Education:Bachelor's Degree in a related field. ,lob Title:Grout)Manaeer Minimum/General Experience: Six years of relevant,practical experience in the management of information technology and geographic information systems programs.Must be able to read,analyze,and interpret complex documents and problems;respond effectively to sensitive inquiries;develop relevant computer applications or other analysis techniques;and establish and maintain rapport with employees,community leaders,and management.Must possess above average vernal and written communication,presentation,and Microsoft Office skills and knowledge of discipline-related software applications.Must possess applicable registration/certification and familiarity with a range of information technology areas,to include database development and administration,and geographic information systems technologies and field practices,as applied to specific to task orders. Functional Responsibility:Production supervisor role.Provides expert evaluation and consulting support to strategic planning efforts.Provides technical expertise and leadership in directing the research,development, planning,design,and administration of complex information technology and geographic information systems projects.Trains and develops internal staff. Minimum Education:Bachelor's Degree in a related field. Job Title:Project Manaeer Minimum/General Experience:Six years relevant,practical experience in the management of information technology and geographic information systems projects.Must possess strong verbal and written communication skills,Microsoft Office skills,and organizational skills to successfully manage multiple priorities.Must have the ability to direct and coordinate a variety of professional disciplines to achieve project goals.Requires competence in a range of information technology areas,including database development and administration,and geographic information systems technologies and field practices as applied to specific to task orders. Functional Responsibility:Primarily responsible for project planning,scheduling,and reporting for specific projects.Develops and implements project QA/QC standards,and integrates diverse project elements.Monitors and guides staff in the production of project deliverables. Minimum Education:Bachelor's Degree in a related field. Woolpert Inc. G,S-35F 0425P Page 21 (937)461-5660 Job Title: Systems Analyst Minimum/General Experience: Six years of related programming experience. Must be able to apply mathematical concepts such as probability and statistical inference and the fundamentals of plane and solid geometry and trigonometry.Must be able to apply concepts such as fractions,percentages,ratios,and proportions to project situations.Must demonstrate the ability to lead and organize software team development efforts and mentor technical staff and phase or task managers.Must posses the physical visual abilities of close vision,distance vision, and color vision.Must possess above average communication skills,both written and verbal. Functional Responsibility:Assists in defming and analyzing user needs and processes for client applications. Designs,analyzes,and develops supporting relational object and standard database structures and supporting applications and utilities. Identifies,designs,analyzes,and develops production and quality assurance/quality control tools and processes for information technology and geographic information systems products. Minimum Education:Bachelor's Degree in a related field. Job Title:Senior Database Developer/Programmer Minimum/General Experience:Six years of related programming experience.Must possess above average verbal and written communication and Microsoft Office skills.Must be able to read,analyze,and interpret general business documents,professional journals,technical procedures,or governmental regulations;present information in one-on-one and small group situations;respond to inquiries and complaints;write speeches and articles for publication;apply mathematical concepts to project situations;and present systems information at conferences. Requires knowledge of software applications in a wide range of specialized information technology and geographic information systems areas,particularly ESRI's ArcInfo. Functional Responsibility:Primarily responsible for designing,developing,implementing,consulting,and addressing the system demands of clients.Serves as subject matter expert,providing consultation on information technology and geographic information systems integration,and/or application development. Minimum Education:Bachelor's Degree in a related field. Job Title:Database Developer/Programmer Minimum/General Experience:Four years of related programming experience.Must possess above average verbal and written communication and Microsoft Office skills.Must be able to read,analyze,and interpret general business documents,professional journals,technical procedures,or governmental regulations;present information in one-on-one and small group situations;respond to inquiries and complaints;write speeches and articles for- publication;apply mathematical concepts to project situations;and present systems information at conferences. Requires knowledge of software applications in a wide range of specialized information technology and geographic information systems areas,particularly ESRI's Arclnfo. Functional Responsibility:Primarily responsible for designing,developing,implementing,consulting,and addressing the system demands of clients.Provides consultation information technology and geographic information systems integration,and/or application development. Minimum Education:Bachelor's Degree in a related field. Job Title:Junior Database Develoaer/Programmer Minimum/General Experience:Two years of related programming experience.Must possess above average verbal and written communication and Microsoft Office skills.Must be able to read,analyze,and interpret general business documents,professional journals,technical procedures,or governmental regulations;present information in one-on-one and small group situations;respond to inquiries and complaints;write speeches and articles for Woolperr Inc. GS-35F-04.25P Page 11 (937)461-5660 publication;apply mathematical concepts to project situations.Requires knowledge of software applications in specialized information technology and geographic information systems areas,particularly ESRI's ArcInfo. Functional Responsibility:Primarily responsible for working with a project team or senior database developer/programmer in designing,developing,implementing,consulting,and addressing the system demands of information technology and geographic information systems clients. Minimum Education:Bachelor's Degree in a related field. Job Title:Senior Technical Specialist Minimum/General Experience:Six years of related information technology and geographic information systems analysis experience.Must possess above average verbal and written communication and Microsoft Office skills. Must be able to read,analyze,and interpret general business documents,professional journals,technical procedures, or governmental regulations;present information in one-on-one and small group situations;respond to inquiries and complaints;write speeches and articles for publication;apply mathematical concepts to project situations;and present systems information at information technology and geographic information systems conferences. Functional Responsibility:Primarily responsible for designing,analyzing,developing,and implementing information technology and geographic information processes,tools,and systems.Also responsible for mentoring technical and junior management staff and training technical staff in the use of production and QA/QC tools and processes. Minimum Education:Bachelor's Degree in a related field. Job Title:Technical Specialist Minimum/General Experience:Three years of related information technology and geographic information systems analysis experience.Must possess above average verbal and written communication and Microsoft Office skills.Must be able to read,analyze,and interpret general business documents,professional journals,technical procedures,or governmental regulations;present information in one-on-one and small group situations;respond to inquiries and complaints;apply mathematical concepts to project situations;and discuss information technology and geographic information systems in a project team setting. Functional Responsibility:Primarily responsible for working in a project team or with a senior specialist to design, analyze,develop,and implement information technology and geographic information processes,tools,and systems. Minimum Education:Bachelor's Degree in a related field. Job Title:Sr.Technical Writer Minimum/General Experience: Six years of technical writing experience.Must possess above average proficiency in Microsoft Word,strong organizational skills,and excellent communication skills.Must be a proven performer in professional writing and editing;skilled at procedural writing and usability testing;skilled in designing,writing,and editing technical documents;and be able to compose on-the-spot documents on a personal computer in an interactive setting.Must have knowledge of discipline-specific concepts,terminology,and theories and evaluate writing skills and assist other staff members in writing skill development. Functional Responsibility: Leads the collection and organization of information required for preparation of manuals,training materials,guides,and reports.Edits functional descriptions,specifications,manuals,special reports,or any other customer deliverables and documents. Uses knowledge of discipline-specific concepts, terminology,and theories to ensure that project documentation clearly provides the necessary information for the customers' understanding. Minimum Education:Bachelor's Degree in a related field. Woolpert Inc. CS-35F-0425P Page 23 (937)461-5660 V Job Title: Technical Writer Minim um/General Experience:Four years of technical writing experience.Must possess above average proficiency in Microsoft Word,strong organizational skills,and excellent communication skills.Must be a proven performer in professional writing and editing;skilled at procedural writing and usability testing;skilled in designing,writing,and editing technical documents;and be able to compose on-the-spot documents on a personal computer in an interactive setting.Must have knowledge of discipline-specific concepts,terminology,and theories and evaluate writing skills and assist other staff members in writing skill development. Functional Responsibility:Collects and organizes information required for preparation of manuals,training materials,guides,and reports.Edits functional descriptions,specifications,manuals,special reports,or any other customer deliverables and documents.Uses knowledge of discipline-specific concepts,terminology,and theories to ensure that project documentation clearly provides the necessary information for the customers' understanding. Minimum Education:Bachelor's Degree in a related field. Job Title: Clerical Minimum/General Experience:Three years of general business experience,above average communication skills, and Microsoft Office proficiency.Must be able to prepare,proofread,and format complex reports,presentations, and documents using standard business software.Must be able to complete documents,including reproduction, collation,and delivery,and be able to effectively handle a variety of competing job tasks and use good judgment in handling information with discretion. Functional Responsibility:Provides administrative support to management and consulting staff. Primarily responsible for preparing and formatting documents;providing professional,courteous,and quality service; answering incoming phone calls;relaying fax machine messages;and distributing delivery information. Minimum Education:High School Diploma or GED. Woolperl Inn. GS-35F-0425P Page 24 (937)461-5660 WOOLPERT INC AUTHORIZED GSA SCHEDULE CONTRACT PRICING !Woolpertt Inc.. M..-... ;Price Usf-Option PerlodT%o ! - 417/13-4/6/14 417/14-4/6/15 417/15 4/6/16 4/7/16.4/6J17 4/7/17 4/6/18 4/7/18-4/6J19 ,Labor Category GSA Puce GSA Price GSA Price GSA Price GSA Price GSA Price_ 3 jprogramManager $22705 $23273 $23855 $244.51 $250.62 $256.89 _w �P%jectManager $19143 $19622 . ~ $201.13 $206.16 $211.31 $216.59 Group Manager $202 60 .$207.67 $212 86 $218.18 $223 63 $229.22 , .. _ . _. _ ..._ j Sr.Tech Specialist $202.60 $207.67 $212.86 $218.18 $223.63 $229.22 jSystemAnalyst $187,23 $191191 $196.71 x201.63 $206.67 $211.84 .. .. . . I Sr.DB Dev/Programmer $202.60 $207.67 $212.86 $21818 $223.63 S229 22 DBDev/Pro�rammer $18164 $18618 $190.83 $19560 $20049 $20550 j Jr.DB Dev/Programmer $169 07 $173.30 $177 63 $182.07 $186 62 $191.29 Technical Specialist $115.98 $118.88 $121.85 $124.90 $128.02 $131.22 Sr.Technical Writer $125.75 $128.89 $132.11 $135.41 $138.80 $142.27 Technical Writer $118.07 $121.02 $124.05 $127.15 $130.33 $133.59 Clerical $64.27 $65.88 $67.53 $69.22 ^ - $7095 $72.72 'Escalation Rate=2.5%per year _: .............:..._....__ _�._..,_ Woolpert Inc. GS-35F-0425P Page 25 (937)461-5660 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8/2/2016 DATE: Tuesday, August 2,2016 REFERENCE NO.: **P-11908 LOG NAME: 13P16-0315 CCTV PIPE ASSESSMENT MJR TPW SUBJECT: Authorize Execution of Contract with Woolpert,Inc., for Closed-Circuit Television Stormwater Pipe Assessment and Data Analysis Services in the Amount of$408,495.00,Using a Cooperative Contract for the Transportation and Public Works Department(ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize execution of contract with Woolpert,Inc., for closed-circuit television stormwater pipe assessment and data analysis services in the amount of$408,495.00,using General Services Administration Contract No. GS-35F-0425P for the Transportation and Public Works Department. DISCUSSION: The Transportation and Public Works Department(TPW) will utilize the closed-circuit television(CCTV)stormwater pipe assessment and data analysis services to develop a pipe assessment and condition program(PACP) for the City's storm drain infrastructure. The program assessment and analysis will allow the Stormwater Management Division(SWM)to identify structurally deficient pipes prior to failure and enhance SWM's protocol in ranking its repair and replacement plan for approximately 1,000 miles of storm drain pipes within the City. In addition,a standard operating procedure will be developed to ensure consistency in data collection and processing of all CCTV inspection and assessment. TPW staff determined the CCTV stormwater pipe assessment and data analysis services offered by Woolpert,Inc.,presents the best value based on validation of experience,qualifications and competitive pricing as compared to other vendors TPW has used for these services. Woolpert, Inc., services meet the required specifications. PRICE ANALYSIS -There is no previous comparable pricing awarded. Pricing was obtained using General Services Administration(GSA) Contract No. GS-35F-0425P. The TPW staff reviewed the proposed pricing and certified that the pricing is considered fair and reasonable. COOPERATIVE PURCHASE -TPW will use GSA Contract No. GS-35F-0425P to purchase CCTV stormwater pipe assessment and data analysis services from Woolpert,Inc. State law provides that a local government purchasing services under a Cooperative Purchasing Agreement satisfies state laws requiring that the local government seek competitive bids for purchase of services. GSA Contract No. GS-35F-0425P has been competitively bid to increase and simplify the purchasing power of local government entities. e ADMINISTRATIVE CHANGE ORDER-An administrative change order or increase may be made by the City Manager in the amount up to$50,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated. M/WBE OFFICE-A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with the BDE Ordinance,because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. FISCAL INFORMATION/CERTIFICATION: The approval of this action provides purchasing authority up to $408,495.00, as specified. The Director of Finance certifies that upon approval of the above recommendations funds are available in the Stormwater Pipe Condition&Assessment Project, as appropriated,of the Stormwater Capital Projects Fund(52002) included in the Fiscal Year 2016 Stormwater Capital Improvement Plan. Fund Current Budget lEncumbrances&Actuals Bud et Remaining Stormwater Capital Projects 52002 $450,000.00 $0.00 $450,000.00 BQN\\ FUND IDENTIFIERS (FIDs): DQ Department Account Project Program Activity Budget Reference# Amount Fund ID ID Year (Chartfield 2) FROM Department Project Budget Reference# Fund ID Account ID ProgramActivity Year (Chartfield Amount 2) 52002 020E431 5330500 100095 CapExp 2016 $408,495.00 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Qrigini ating Department Head: Aaron Bovos (8517) Additional Information Contact: Jack Dale (8357) Jane Rogers (8385) ATTACHMENTS 1. 16_-0315 MBE Waiver.ndf (cFw Internal) 2. 16-0315 Woolpert 1295 Form.pdf (Public) 3. TRANP-16-00354267.pdf (cFw Internal) 4. Woolpert EPLS 16.pdf (cFw internal) 5. Woolpert GSA Schedule GS-35F-0425P.12df (cFw Internal)