Loading...
HomeMy WebLinkAboutContract 48168 WY SECRETAW CCWTPACT W. STATE OF TEXAS § § KNOWN ALL BY THESE PRESENTS: COUNTY OF TARRANT § This Contract is entered into by and between the City of Fort Worth ("City"), a home-rule municipality located within Tarrant, Denton, Parker, and Wise Counties, Texas, acting through Fernando Costa, its duly authorized Assistant City Manager, and Kleinfelder, Inc., an Texas corporation ("Contractor"), acting through David R. Boes, PG, its duly authorized Vice President, Regional Manager. City and Contractor may be referred to herein individually as a Party, or collectively as the Parties. WITNESSETH: That for and in consideration of mutual covenants and agreements herein contained, the Parties hereto mutually agree as follows: ARTICLE 1. DEFINITIONS C�ity means the City of Fort Worth. Change Order means an officially authorized and executed written amendment to this contract or to a Task Order, issued by the City. Contract Documents means the Request for Qualifications, attachments, pre-bid amendments, and appendices to the Request for Qualifications, the Contractor's response to the Request for Qualifications, and all ancillary documents submitted with the Contractor's response to the Request for Qualifications. Contractor means Kleinfelder, Inc. Notice to Proceed means the official letter issued by the City, pursuant to the Code of the City of Fort Worth and City ordinances and policies that authorizes Contractor to begin work. Task Order means an officially authorized and executed written description and specification directing the Contractor to perform specific services within the scope of this contract, issued by the City. lvlfillw F.r. Professional Services Contract Kleinfelder, Inc.. ARTICLE 2. SERVICES Contractor hereby agrees to perform as an independent contractor the services set forth in the Scope of Work attached hereto as Attachment "A". This contract is to provide the City of Fort Worth with professional services for environmental and engineering consulting projects during the term of the agreement. There is no guarantee of work granted by this contract and nothing in this contract is to be construed as an exclusive agreement with the contractor to provide the City with professional services of this type, or as an agreement by the City to guarantee the Contractor any specific projects or quantities of work. THERE IS NO MINIMUM GUARANTEE OF ANY WORK UNDER THIS CONTRACT. Individual projects will be authorized on a Task Order basis when the City elects to proceed with each specific effort. City shall not pay for any work performed by Contractor or its subcontractors and/or suppliers that has not been specifically ordered by the City in writing on a duly executed Task Order or Change Order. Contractor shall not be compensated for any work that is verbally ordered by any person and shall rely only upon written authorization to conduct work. ARTICLE 3. COMPENSATION Section 1. Fee Schedule. City and Contractor agree to the unit prices, employee labor rates, and other costs as specified in this contract. Contractor shall be compensated in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall be in the amount of two hundred seventy five thousand four hundred thirty six dollars ($275,436.00) and the City will not be liable for any Contractor fees, costs, or other remuneration in excess of this amount unless the City has signed and issued a formal modification to this contract. Section 2. Task Orders. City will issue a Task Order to Contractor that details the work to be performed by the Contractor. Task Orders will include at a minimum a unique Task Order Professional Services Contract Page 2 of 25 Kleinfelder, Inc.. Number, project address, scope of work, date to commence work, time period to complete work and the not to exceed payment amount for the task. Section 3. Invoice and Payment. The Contractor shall provide monthly invoices to the City. All invoices must reflect the City Task Order number. Invoices shall contain a detailed breakdown to include: labor including employee name, functional title, date and hours of work performed; internal supplies and services provided; and external supplies and services provided. Contractor shall submit a final, comprehensive invoice within 30 days of the completion of work performed for each Task Order. The final invoice shall include all charges related to work performed under the Task Order including subcontracted work. The City's preference is that the final invoice be submitted concurrently with the delivery of the final report or other deliverable, as applicable. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Contractor's invoice for payment of same. In the event of a disputed or contested billing, only that portion so contested may be withheld from payment, and the undisputed portion will be paid. No interest will accrue on any contested portion of the billing until mutually resolved. City will exercise reasonableness in contesting any billing or portion thereof. The Contractor shall also provide the City with quarterly updates showing the total and itemized costs incurred to the City for each task ordered and the amount remaining in the contract not-to-exceed amount. Contractor shall receive no additional compensation for work delays or hindrances except when direct and unavoidable extra costs to the Contractor are caused by the City's gross negligence. ARTICLE 4. TERM Unless terminated pursuant to the terms herein, this Agreement shall be for the term of the Capital Improvement Project, beginning upon the date of its execution. Professional Services Contract Page 3 of 25 Kleinfelder, Inc.. ARTICLE 5. INDEPENDENT CONTRACTOR Contractor shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Contractor, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Contractor. ARTICLE 6. PROFESSIONAL COMPETENCE AND INDEMNIFICATION Work performed by Contractor shall comply with the Standard of Care and in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approvals issued by the City or another entity shall not constitute or be deemed to be a release of the responsibility and liability of Contractor or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder, which shall be performed in accordance with the applicable professional standard of care. Contractor will perform its services in a manner consistent with that level of care and skill ordinarily exercised by other members of Contractor's profession practicing in the same locality, under similar conditions and at the date the services are provided ("Standard of Care"). Contractor makes no representation, guarantee or warranty, express or implied, regarding the services, or any communication (oral or written), certification, report, opinion, or instrument of service provided pursuant to this Agreement. In accordance with Texas Local Government Code Section 271.904, the Contractor shall indemnify, hold harmless the City against liability for any damage to the proportionate extent resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the Contractor or Contractor's agent, contractor under contract, or another entity over which the Contractor's exercises control. Professional Services Contract Page 4 of 25 Kleinfelder, Inc.. ARTICLE 7. INTELLECTUAL PROPERTY Section 1. Rights in data. The City shall have unlimited rights in all data delivered under this contract, and in all data first produced in the performance of this contract. Section 2. Intellectual property rights and ownership. All work product developed by Contractor under this contract shall be the sole property of the City and the City shall have unlimited rights in such work product. All work product developed by Contractor under this contract shall be considered "work for hire" and rights, title, and interests to all intellectual property shall vest in the City. Contactor affirmatively, by executing this contract, disclaims all such intellectual property interests in favor of the City. All re-use of or reliance on Contractor's documents outside the intended scope or project shall be at the user's sole risk and without liability to Contractor. In the event that any rights, title, or interest shall by operation of law or otherwise fail to vest in the City or become void or voidable, Contractor shall a) transfer all rights, title, and interest to intellectual property to the City; or alternatively and at the discretion of the City the Contractor shall b) grant an unlimited and exclusive license for publication, sale, reproduction, or use by the City and its authorized sublicensees of all intellectual property developed under this contract. Contractor agrees to timely execute any documents or take any other actions as may reasonably be necessary, or as the State may reasonably request, to perfect the State's ownership, license, or other rights to any work product. Contractor shall not use, sell, transfer, or authorize a third party to use any work product, copyrights, trademarks, or other intellectual property (or derivatives thereof) of the work product developed under this contract without the express written consent of the City. Professional Services Contract Page 5 of 25 Kleinfelder, Inc.. ARTICLE 8. INDEMNIFICATION Section 1. Definitions. In this paragraph, the following words and phrases shall be defined as follows: Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities, encumbrances, uncontested payment liens costs, and expenses of investigation and defense of any claim, and of any good faith settlement of judgment, contingent or otherwise, including without limitation reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of the existence of a violation of environmental requirements pertaining to work performed under this contract or by the operations of the Contractor and Subcontractors, and including without limitation: a. Damages for personal injury and death, or injury to property or natural resources; b. Reasonable fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and investigation or remediation of the monitoring wells or any violation of environmental requirements, related to the scope of services for this project, including, but not limited to, the preparation of any feasibility studies or reports of the tank closure, or monitoring work required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such monitoring wells or violations or environmental requirements, and including without limitation reasonable attorney's fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and c. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with the items referenced in subparagraph (b) herein. Environmental requirements shall mean all applicable present and future statutes, regulations, rules, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: Professional Services Contract Page 6 of 25 Kleinfelder, Inc.. a. All requirements, including, but not limited to, those pertaining to reporting, licensing, emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants or hazardous or toxic substances, materials, or wastes whether solid, liquid, or gaseous in nature, into the air, surfacewater, groundwater, stormwater, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public. Section 2. General Indemnification. CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AND EMPLOYEES, FROM AND AGAINST ANY LIABILITY, CLAIMS, SUITS, DEMANDS, OR CAUSES OF ACTIONS DUE TO ANY LOSS OR DAMAGE TO PERSONAL PROPERTY, OR PERSONAL INJURY, AND/OR DEATH, OCCURRING AS A RESULT OF THE CONTRACTOR'S OPERATIONS UNDER THIS AGREEMENT, WHEN SUCH INJURIES, DEATH, OR DAMAGES ARE CAUSED BY THE SOLE NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS, OR THE JOINT NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS AND ANY OTHER PERSON OR ENTITY. Section 3. Environmental Indemnification. CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AND EMPLOYEES, AGAINST ANY ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY ENVIRONMENTAL REQUIREMENTS RESULTING FROM CONTRACTOR'S OPERATIONS UNDER THIS AGREEMENT WHEN SUCH ENVIRONMENTAL DAMAGES OR VIOLATION OF ENVIRONMENTAL REQUIREMENTS ARE CAUSED BY THE CONTRACTOR'S NEGLIGENCE OR THE NEGLIGENCE OF ITS OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS, OR THE JOINT NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS AND ANY OTHER PERSON OR ENTITY. Professional Services Contract Page 7 of 25 Kleinfelder, Inc.. Section 4. Upon learning of a claim, lawsuit, or other liability which Contractor is required hereunder to indemnify, City shall provide Contractor with reasonable timely notice of same. All Contractors under this contract agree that they assume joint and several liability for any claim by the City or for a third party claim against the City for general or environmental damages caused by any of the Contractors herein. The obligations of the Contractor under this paragraph shall survive the expiration or termination of this Agreement and the discharge of all other obligations owed by the parties to each other hereunder. ARTICLE 9. INSURANCE Section 1. Insurance coverage and limits The Contractor certifies it has, at a minimum, current insurance coverage as detailed below and will maintain it throughout the term of this Contract. Prior to commencing work, the Contractor shall deliver to City, certificates documenting this coverage. The City may elect to have the Contractor submit its entire policy for inspection. 1. Commercial General Liability $5,000,000 each occurrence $5,000,000 aggregate 2. Professional Liability $2,000,000 each claim, or $5,000,000 aggregate The retroactive date shall be coincident with or prior to the date of this contract and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of this contract and for five (5) years following completion of the contract (Tail Coverage). An annual certificate of insurance shall be submitted to the City for each year following completion of this contract. 3. Automobile Liability Professional Services Contract Page 8 of 25 Kleinfelder, Inc.. $1,000,000 each accident or $250,000 property damage /$500,000 bodily injury per person per accident The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional Insured, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. 4. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee 5. Environmental Impairment Liability (EIL) and/or Pollution Liability $4,000,000 per occurrence EIL coverage(s) must be included in policies listed in subsections 1 and 2 above; or, such insurance shall be provided under separate policy(s). Section 2. Additional Insurance Requirements 1. Applicable policies shall be endorsed to name the City an Additional Insured thereon, as its interests may appear. The-term City shall include its employees, officers, and officials, as respects the Contracted services. 2. Certificate(s) of Insurance shall document that insurance coverage specified herein are provided under applicable policies documented thereon. 3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. 4. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Contractor's insurance policies. Notice shall be sent to Department of Financial Management Services - Risk Management Division, City of Fort Worth, 1000 Throckmorton Street, Fort Worth, Texas 76102. Professional Services Contract Page 9 of 25 Kleinfelder, Inc.. 5. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency. 6. Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or Letters of Credit may also be acceptable to the City. 7. Applicable policies, with the exception of Professional Liability, shall each be endorsed with a waiver of subrogation in favor of the City as respects the Contract. 8. The City shall be entitled, upon its request and without incurring expense, to review the Contractor's insurance policies including endorsements thereto and, at the City's discretion; the Contractor may be required to provide proof of insurance premium payments. 9. The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions. 10. The City shall not be responsible for the direct payment of any insurance premiums required by the contract. It is understood that insurance cost is an allowable component of Contractor's overhead. 11. All insurance required above, except Professional Liability insurance, shall be written on an occurrence basis in order to be approved by the City. 12. Subcontractors to the Contractor shall be required by the Contractor to maintain the same or reasonably equivalent insurance coverage as required for the Contractor. When subcontractors maintain insurance coverage, Contractor shall provide City with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subcontractor's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by Contractor of the contract. Professional Services Contract Page 10 of 25 Kleinfelder, Inc.. ARTICLE 10. LICENSES AND PERMITS Contractor shall have and maintain all of the applicable current, valid, and appropriate federal, state, and local licenses and permits necessary for the provision of services under this contract. Contractor also certifies that if it uses any subcontractor in the performance of this contract, that such subcontractor shall have and maintain all of the current, valid, and appropriate federal, state, and local licenses and permits necessary for the provision of services under this contract. ARTICLE 11. TRANSFER OR ASSIGNMENT City and Contractor each bind themselves, and their lawful successors and assigns, to this Agreement. Contractor has been engaged as a consequence of Contractor's specific and unique skills; Assignment will only be granted under unusual circumstances and at the sole discretion of the City. Contractor, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. ARTICLE 12. RIGHT TO AUDIT (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly non-proprietary and project-specific pertinent books, documents, papers and records of Contractor involving transactions relating to this Agreement. Contractor agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting contractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Contractor and any subcontractor reasonable advance notice of intended audit. Professional Services Contract Page 11 of 25 Kleinfelder, Inc.. (c) Contractor and subcontractors agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. ARTICLE 13. DIVERSITY BUSINESS ENTERPRISE (DBE) PARTICIPATION In accordance with the City's Business Diversity Enterprise (BDE) Ordinance No. 20020-12-2011, the City has established goals for the participation of BDEs in City contracts. Unless a waiver of DBE goals has been authorized by the City, Contractor hereby acknowledges the BDE goals established in the Contract Documents for this project and affirms its contractually enforceable agreement to achieve those goals. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. ARTICLE 14. NON-DISCRIMINATION During the performance of this contract, Contractor shall not discriminate in its employment practices and shall comply with all applicable provisions of Chapter 17, Article III of the Code of the City of Fort Worth. Contractor agrees not to discriminate against any employee or applicant for employment because of because of age, race, color, religion, sex, disability, national origin, sexual orientation, transgender, gender identity or gender expression in any manner involving employment, including the recruitment of applicants for employment, advertising, hiring, layoff, recall, termination of employment, promotion, demotion, transfer, compensation, employment classification, training and selection for training or any other terms, conditions or privileges of employment. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non- discrimination clause. Contractor also agrees that in all solicitations or advertisements for employees placed by or on behalf of this contract, that Contractor is an equal opportunity employer. Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. Professional Services Contract Page 12 of 25 Kleinfelder, Inc.. ARTICLE 15. OBSERVE AND COMPLY Contractor shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Contractor agrees to defend, indemnify and hold harmless City and all of its officers, and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. ARTICLE 16. DEFAULT If Contractor fails to begin work or to complete work within the time specified in a Task Order City shall have the right to take charge of and complete the work in such a manner as it deems appropriate. If the City exceeds the costs detailed herein or in the Task Order, City may deliver to Contractor a written itemized statement of the excess costs and Contractor shall reimburse the City for such excess costs without delay. If at any time during the terms of this contract, the work of the Contractor fails to meet the specifications of the Contract Documents or to meet the standards of duty, care, or proficiency of a reasonable and competent Contractor, City may notify the Contractor of the deficiency in writing. Failure of the Contractor to correct such deficiency and complete the work required under this contract or a Task Order to the satisfaction of the City within ten (10) days after written notice shall constitute default, and shall result in termination of this contract. Contractor shall not be deemed to be in default because of any failure to perform under this contract if the failure arises from causes beyond the control of the Contractor and without any fault or negligence by the Contractor. Such causes shall include acts of God, acts of war or terrorism, fires, floods, epidemics, quarantine restrictions, labor strikes, freight embargoes, and events of unusually severe weather. ARTICLE 17. TERMINATION City may terminate this contract without cause by giving thirty (30) days written notice to Contractor. In the event of termination, any work in progress will continue to completion unless otherwise specified in the notice of termination. If the City terminates this contract under this provision, City shall pay Contractor for all services performed prior to the termination. Termination shall be without prejudice to any other remedy the City may have. Professional Services Contract Page 13 of 25 Kleinfelder, Inc.. All data and completed or partially completed documents prepared under this contract shall be promptly turned over to the City upon termination of this contract. ARTICLE 18. VENUE AND JURISDICTION If any action, whether real or asserted, at law or in equity, arises on the basis of any provision 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. This Agreement shall be construed in accordance with the laws of the State of Texas. ARTICLE 19. CONTRACT CONSTRUCTION The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. ARTICLE 20. HEADINGS The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. ARTICLE 21. 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 but one and the same instrument. ARTICLE 22. SEVERABILITY The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be Professional Services Contract Page 14 of 25 Kleinfelder, Inc.. construed as if such invalid or unconstitutional portion had never been contained therein. ARTICLE 23. RIGHTS AND REMEDIES NOT WAIVED In no event shall the making by the City of any payment to Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default which may then exist, on the part of Contractor, and the making of any such payment by the City while any such breach or default exists shall in no way impair or prejudice any right or remedy available to the City with respect to such breach or default. Any waiver by either party of any provision or condition of the contract shall not be construed or decreed to be a waiver of any other provision or condition of this Contract, nor a waiver of a subsequent breach of the same provision or condition, unless such waiver be expressed in writing by the party to be bound. All costs and attorneys fees incurred by the City in the enforcement of any provision of this contract shall be paid by the Contractor. The remedies provided for herein are in addition to any other remedies available to the City elsewhere in this contract and by law. ARTICLE 24. NOTICES Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: If to the City: City of Fort Worth Cody Whittenburg, Environmental Manager Code Compliance Department 1000 Throckmorton Street Fort Worth, Texas 76102-6311 If to the Contractor: David R. Boes, PG VP, Regional Manager Kleinfelder, Inc. 7805 Mesquite Bend Suite 100 Irving, Texas 75063 Professional Services Contract Page 15 of 25 Kleinfelder, Inc.. ARTICLE 25. WARRANTY Except for unknown physical conditions at the work site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided herein, Contractor warrants that it understands the currently known hazards and suspected hazards which are presented to persons, property and the environment by contaminated soils, both generally and with specific regard to this project. However, Contractor shall be entitled to rely upon the accuracy and completeness of the information provided by the City. Contractor further warrants that it will perform all services in accordance to the Standard of Care and under this Contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state and federal laws governing its activities and is under no restraint or order which would prohibit performance of services under this Contract. ARTICLE 26. NO THIRD-PARTY BENEFICIARIES This Agreement shall inure only to the benefit of the parties hereto and third persons not privy hereto shall not, in any form or manner, be considered a third party beneficiary of this Agreement. Each party hereto shall be solely responsible for the fulfillment of its own contracts or commitments. The Remainder of This Page is Intentionally Left Blank Professional Services Contract Page 16 of 25 Kleinfelder, Inc.. ARTICLE 27. ENTIRETY This contract, the contract documents, and any other documents incorporated by reference herein are binding upon the parties and contain all the terms and conditions agreed to by the City and Contractor, and no other contracts, oral or otherwise, regarding the subject matter of this contract or any part thereof shall have any validity or bind any of the parties hereto. In the event of any conflict between this contract and any other contract documents, then the terms of this contract shall govern. ARTICLE 28. SITE ACCESS Distract shall, as may be required by Contractor for the successful and timely completion of Services, provide unimpeded and timely access to the site, including third party sites, if required. ARTICLE 29 WARRANTY OF TITLE, WASTE OWNERSHIP Contractor will not take title to any hazardous materials found at the project site. Any risk of loss with respect to all materials shall remain with the project site owner, who shall be considered the generator of such materials, execute all manifests as the generator of such materials, and be liable for the arrangement, transportation, treatment, and/or disposal of all material. All samples shall remain the property of the District. The District shall promptly, at its cost, remove and lawfully dispose of samples, cuttings, and hazardous materials. ARTICLE 30 MUTUAL WAIVER OF CONSEQUENTIAL DAMAGES Neither party shall be liable to the other for consequential damages, including but not limited to loss of profits, loss of use, incidental, indirect, collateral, punitive, exemplary, multiple or other special damages. The Remainder of This Page is Intentionally Left Blank Professional Services Contract Page 17 of 25 Kleinfelder, Inc.. ATTACHMENT A. SCOPE OF WORK THERE IS NO GUARANTEE OF ANY WORK UNDER THIS CONTRACT, however the types of work which the Contractor will perform upon specific written authorization by the City shall include the following, and related environmental and engineering consulting services: Petroleum Storage Tank (PST) Upgrade Services The work required under this Request for Qualifications includes, but is not limited to, the following tasks and/or Project Sites: • Prepare individual site specific Engineering, Design, and Construction Project Management of PST upgrades; • Prepare all regulatory applications, permits and paperwork associated with PST upgrades; • Prepare bid packages that include all applicable criteria required to complete individual site specific work, answer bid-related questions as to the work to be completed, contribute to the evaluation process for all submitted bid packages, including the selection of the best value vendor(s) for the City. • Prepare removal specifications of existing USTs associated with City facilities; • Prepare engineering installation specifications regarding the replacement ASTs and associated foundation designs, safety features, and petroleum piping and dispensing equipment; • Conduct applicable tankhold confirmation sampling, TCEQ report preparation and submittal; and • Prepare backfill design specifications with applicable density testing. • Act as oversight and liaison with subcontractors to ensure proper and timely execution of required services; Professional Services Contract Page 18 of 25 Kleinfelder, Inc.. ® Provide detailed invoices no more often than once per month that include an itemized breakdown of the tasks completed that month. The Remainder of This Page is Intentionally Left Blank Professional Services Contract Page 19 of 25 Kleinfelder, Inc.. City of Fort Worth Petroleum Storage Tank Upgrade Capital Improvement Program EMD.CIP.2016-15 Project Site UST Proposed AST Replacement Site Address Information Information Fire Station 10 3209 Hemphill Street 1 -550 gallon diesel 1 — 1,000 gallon AST 1 - 550 gallon gasoline FireStation 14 2737 Meadowbrook 1 -550 gallon diesel 1 —2,000 gallon Split AST' 1 -550 gallon gasoline Fire Station 24 3101 Forest Ave. 1 — 1,000 gallon diesel 1 — 1,000 gallon AST 1 — 1,000 gallon gasoline Fire Station 25 3801 N. Main 1 - 550 gallon diesel 1 — 1,000 gallon AST 1 -'550 gallon gasoline ' Fire Station 30 4416 Southwest Blvd. 1 -550 gallon diesel 1 — 1,000 gallon AST 1 -550 gallon gasoline Fire Station 31 4209 Longstraw 1 -550 gallon diesel 1 — 1,000 gallon AST 1 -550 gallon gasoline Fire Station 32 10201 White Settlement. 1 -550 gallon diesel 1 — 1,000 gallon AST 1 -550 gallon gasoline Fire Station 33 14650 Statler Blvd. 1 —1,000 gallon diesel 1 —1,000 gallon AST 1 -1,000 gallon gasoline Fire Station 17 212 East Felix Relocate AST to 5151 1 — 500 gallon AST Hemphill Village Creek Water 1 —2,000 gallon diesel Retrofit Existing ASTs @ Site Reclamation 4500 Wilma Lane 2—2,000 gallon gasoline 2—10,000 gallon Facility Meacham 1 — 1,000 gallon diesel International 4201 North Main 1 —2,000 gallon Split AST Airport 1 - 500 gallon gasoline West Park& Recreation' 1 —1,000 gallon diesel 7103 Calmont 1 —2,000 gallon Split AST Service Center 1 -500 gallon gasoline (Z-Boaz) Lake Patrol 7500 Surfside Relocate AST 1 — 500 gallon AST Water Service 2—10,000 gallon diesel 2211 Daggett 2—12,D00 gallon AST Center 1 —10,000'gallon;gasoline Southside Service 2— 10,000 gallon diesel 4100 Columbus Trail 2— 12,000 gallon AST Center 1 — 10,000 gallon gasoline Professional Services Contract Page 20 of 25 Kleinfelder, Inc.. This list is intended to be illustrative and not exhaustive, and similar or related services may be ordered subject to the terms of this contract and as authorized by the City. The Remainder of This Page is Intentionally Left Blank Professional Services Contract Page 21 of 25 Kleinfelder, Inc.. ATTACHMENT B. FEE SCHEDULE Prices for professional services rendered under this contract will be as specified in the schedule provided by the Contractor, which follows in this attachment. The total fee for services under this contract shall be in the amount of$275,436.00. PERSONNEL CHARGES: Kleinfelder, Inc. (Kleinfelder) performs engineering and technical consulting services on a time and materials basis. The hourly fee for personnel is shown in the table below. The indicated hourly rates include direct employee costs such as salary, insurance, vacation, holidays, worker compensation, taxes, other employee costs, and profit and overhead. PROJECT ASSIGNMENT/ STRAIGHT TIME OVERTIME TITLE RATE ($/HR) FACTOR Program Manager $220 1.0 Program QA/QC $190 1.0 Senior $160 1.0 Cons ultant/Engineer/Geolog ist* Project Manager* $185 1.0 Senior Geographer $115 1.0 Senior Scientist/Engineer $150 1.0 Scientist/Engineer 1 $115 1.0 Scientist/Engineer 11 $125 1.0 Scientist/Engineer III $130 1.0 Technical Specialist 1 $75 1.0 Technical Specialist II $85 1.0 Clerical $65 1.5 *Includes Professional Engineer(P.E.) and Professional Geoscientist(P.G.) Scientist and engineering positions require experience and education in the engineering, geological science, biological science, and/or related fields. Scientists and Engineers include biologists, hydrogeologists, geologists, environmental specialists, and other science disciplines. The overtime rate is the straight time billing rate times the overtime factor for the position. For levels 2 - 10 the overtime rate is the same as the straight time rate Professional Services Contract Page 22 of 25 Kleinfelder, Inc.. EQUIPMENT CHARGES: On some projects, specialized equipment must be used to complete the job effectively, efficiently, and safely. The table below gives the unit rates specified equipment will be billed at on time and materials projects. EQUIPMENT RATE ($) '/ Ton Truck $100 PID/OVM (Daily) $75 OiINVater Interface Probe $65 LEL/02/H2S/CO Meter $65 Ph, SC, Temp. Meter $95 Turbidity Meter $30 1-liter Disposable Bailers $12 1050 cc Teflon Bailers $32 350 cc Teflon Bailers $22 Well Pump and Hoses $56 PPE (includes tyvek, nomex, boots, gloves, hard hat, safety glasses) $40/man/day Respirator $20/man/day Company Vehicles (passenger cars and IRS Approved Rate light trucks) OTHER DIRECT COSTS: The client will be invoiced for other direct costs accrued in connection with authorized work assignments at actual cost plus ten (10) percent. These costs shall include, but not be limited to, the following: Transportation and Living Expenses Communication Expense (Telephone, Postage, Express Delivery Services, etc.) Printing and Reproduction Expense Professional Services Contract Page 23 of 25 Kleinfelder, Inc.. SUBCONTRACTORS: Subcontractors will be invoiced at cost plus ten (10) percent. These costs include excavation, drilling, and other specialty service companies. INVOICING: Invoices are issued monthly and payable within thirty (30) days. Kleinfelder invoices list total hours, billing rate, total personnel charges, travel and living expenses, and other applicable costs. Amounts outstanding after thirty (30) days from the date of the invoice will be subject to a late charge of one and one-half (1'/) percent per month. The Remainder of This Page is Intentionally Left Blank Professional Services Contract Page 24 of 25 Kleinfelder, Inc.. IN WITNESS THEREOF, the parties hereto have made and executed this Agreement in multiple originals on the dates written below, in Fort Worth, Tarrant County, Texas. CITY OF FORT WORTH: KLEINFELDER, INC. n, Fernando Costa David R. Boes, P.G. Assistant City Man ger Vice—President; Date Signed: 16.11 a Regional Manager RECOMMENDED: tIbIML QA4W_30 Cody M. Whittenburg Witness Environmental Manager APPROVED AS TO FORM AND Seal: LEGALITY: Arthur N. Bashor Assistant City Attorney ATTEST: ,-4 �b a o� ° 6 a 0 oa Z MaryJ. ' Sys r 4Q �0000000 ' City Se retary / q/Date Signed: � ( OFFICIAL.RECORD CITY SECRETARY FTN WORTH,'TX Professional Services Contract Page 25 of 25 Kleinfelder, Inc.. 9/12/2016 M&C Review Official site of the City of Fort Worth,1 exas ITY OUNCIL GEN A FORT ORTH DATE: 9/13/2016 REFERENCE NO.: **C-27902 LOG NAME: 23ENV16-04 PST CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT. Authorize Execution of a Professional Services Contract with Kleinfelder, Inc., in the Amount of$275,436.00 for Environmental and Engineering Consulting Services to Support the Environmental Capital Improvement Program for Petroleum Storage Tank System Improvements (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of a Professional Services Contract with Kleinfelder, Inc., for environmental and engineering consulting services in support of environmental capital improvements projects that enhance petroleum storage tank systems in the amount of $275,436.00. (ENV 16-04 CIP-PST) DISCUSSION: This Professional Services Contract provides environmental and engineering resources to support projects within the Environmental Capital Improvement Plan (CIP) for petroleum storage tank improvements intended to improve regulatory compliance. Professional services will enhance existing Staff resources to evaluate selected,C ity-owned underground storage tanks (USTs) located throughout the City. The City owns and operates 37 USTs and must ensure that all tank operations meet federal and state environmental regulations. These regulations protect against leaks that could contaminate soil and groundwater systems. USTs are routinely inspected by the Texas Commission on Environmental Quality(TCEQ) to ensure compliance. Tanks found to be out of compliance with environmental regulations or without proper equipment for adequate fuel inventory control are subject to corrective orders and penalties. UST evaluations and system enhancements can greatly reduce the risk of environmental contamination and subsequent violations and penalties. Staff has identified 14 City of Forth Worth sites for formal UST evaluation and potential enhancements to support fuel inventory management and to ensure environmental compliance. This Professional Services Contract is a new contract and has not been awarded in previous years. UST capital projects which are supported by this professional services contract to begin in Fiscal Year 2016, in accordance with the Environmental CIP, include: 1. Fire Station 10 2. Fire Station 14 3. Fire Station 24 4. Fire Station 25 5. Fire Station 30 6. Fire Station 31 7. Fire Station 32 8. Fire Station 33 9. Z-Boaz Park 10. Village Creek Water Reclamation Facility 11. Police Administration (Belknap St.) 12. Fort Worth Meacham International Airport 13. Southside Service Center 14. Water Service Center A Request for Qualifications (RFQ) for professional services to offer third-party evaluation and any subsequent engineering plan design was advertised on March 9, 2016. Responsive submittals were received from the following nine firms on April 14, 2016: http://apps.cfwnet.org/council_packet/mc review.asp?ID=22485&counci[date=9/13/2016 113 9/12/2016 M&C Review 1. Apex Geoscience 2. Enercon Services, Inc. 3. GHD Services, Inc. 4. Kleinfelder, Inc. 5. Legette, Brashears, and Graham, Inc. 6. Modern Geosciences 7. Tait Environmental Services, Inc. 8. TRC Environmental Corp. 9. Vertex Companies, Inc. The submittals from each of the nine firms were reviewed and rated, by committee, based on the published weighted selection criteria. Kleinfelder, Inc., was selected as the most highly qualified respondent, based on demonstrated competence and qualifications provided in the Statement of Qualifications (SOQ) to perform the services in accordance with Chapter 2254 of the Texas Government Code. These environmental and engineering services are one component of the overall project that includes design, project management, remediation, inspection and contingencies. Upon completion of the whole project there is no anticipated impact to the Environmental Protection Fund's operating budget. M/WBE OFFICE: Kleinfelder, Inc., is in compliance with the City's BIDE Ordinance by committing to 18 percent SBE (Small Business Enterprise) participation. The City's SBE goal on this project is 18 percent. This contract serves the entire city. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds will be available in the current capital budget, as appropriated, of the Environmental Protection Capital Project Fund. TO Fund Department Account Project Program Activity Budget Reference# Amount � ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Charlfiield 2 350051 0234104 1 5330201 1 100504 000884 1 2016 $275,436.00 http://apps.cfwnet.org/council packet/mc_review.asp?ID=22485&councildate=9/13/2016 2/3 9/12/2016 M&C Review Submitted for City Manager's Office by. Fernando Costa (6122) Originating Department Head: Brandon Bennett(6345) Additional Information Contact: Cody M. Whittenburg (5455) ATTACHMENTS 1295 City of FTW.pd http://apps.cfwnet.org/council_packet/mc—review.asp?[D=22485&councildate=9/13/2016 3/3 0 - �) ggoa- G CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos.i-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-79750 Kleinfelder Irving,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/05/2016 being filed. City of Fort Worth,Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identity the contract,and provide a description of the services,goods,or other property to be provided under the contract. ENV16-04:CIP-PST Petroleum Storage Tank Upgrade:Capital Improvement Program 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary Johnson,Roger San Diego,CA United States X Pottmeyer, Kevin San Diego,CA United States X Lohkamp,Joanna San Diego,CA United States X Shanik, Nancy San Diego,CA United States X Derek, Fisher Hamilton,NJ United States X Ruebelmann,Ashraf Salt Lake City, UT United States X Moossazadeh,John San Diego,CA United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under pepalty of perjury,that the above disclosure is true and correct. � t a""r'iu a DONNA B MANN •' 0"' Notary Public,State of Texas s My Commission Expires fir September 30, 2016 Signature of authorized lent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE 1 Sworn to and subscribed before me,by the said ),�_ �. this the 5 fh- day of J- -, 20_Lt,o ,to certify which,witness my hand and seal of office. LMV,--/ —f--"- Signature of officer administ Printed name of officer administering oath Title of officer ad istering oath Forms provided by Texas Ethics Commission www.ethics.state,tx.us Version V1.0.1021