Loading...
HomeMy WebLinkAboutContract 49564 CITY SECRETARY ` L CONTRACT N0. Jj CONTRACT FOR PROVISION OF PROFESSIONAL SERVICES FOR ENVIRONMENTAL AND ENGINEERING DESIGN AND CONSULTING FOR THE MITIGATION OF BACTERIA (E. COLO WITHIN THE SYCAMORE CREEK WATERSHED, FORT WORTH,TEXAS ENV 17-03: SYC 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 Atkins North America, Inc., an Florida corporation ("Contractor"), acting through Brett Sachtleben, its duly authorized Project Director. 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 City means the City of Fort Worth. Chancre 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 Atkins North America, 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. QtJ1 2 3 4 � Ss La RECOJ �P RE � CP RECEIVED Professional Services Con � � 0 AM 2 8 2017 Page 1 of 25 Atkins North America, Inc. R��s 0 CITY OFFORT WORTH CP CITY SECRETARY ti 9 SkEco ? I 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 ninety-nine thousand nine hundred twenty-two dollars and sixty-six cents ($99,922.66) 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 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. Professional Services Contract Page 2 of 25 Atkins North America, Inc. 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. 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. Professional Services Contract Page 3 of 25 Atkins North America, Inc. 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. 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, Professional Services Contract Page 4 of 25 Atkins North America, Inc. 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. 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 5 of 25 Atkins North America, 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. The Remainder of This Page is Intentionally Left Blank Professional Services Contract Page 6 of 25 Atkins North America, 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 $1,000,000 each accident or $250,000 property damage / $500,000 bodily injury per person per accident Professional Services Contract Page 7 of 25 Atkins North America, Inc. 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, 200 Texas Street, Fort Worth, Texas 76102. 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. Professional Services Contract Page 8 of 25 Atkins North America, Inc. 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. 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. Professional Services Contract Page 9 of 25 Atkins North America, Inc. 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. (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 Professional Services Contract Page 10 of 25 Atkins North America, Inc. 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. 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. Professional Services Contract Page 11 of 25 Atkins North America, Inc. 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. 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 Professional Services Contract Page 12 of 25 Atkins North America, Inc. 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 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 200 Texas Street Fort Worth, Texas 76102-6311 If to the Contractor: Chad Richards Senior Project Manager Atkins North America 17220 Katy Freeway Build 1, Suite 2000 Houston, Texas 77094 Professional Services Contract Page 13 of 25 Atkins North America, 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 14 of 25 Atkins North America, 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 The City 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 This section is not applicable per this contract. 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 15 of 25 Atkins North America, 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 Cshall include the following, and related environmental and engineering consulting services: Bacteria Management Plan and Mitigation Strategies The work required under this contract includes, but is not limited to, the following tasks: Task 1 — Initial Data Review The CFW will provide Atkins with documentation, GIS data and analyses that have already been collected for the Sycamore Creek watershed to be examined. This is anticipated to include the following (as available): • Documents and records from CFW associated with previous efforts and historical • sampling • Local GIS records pertaining to land use, infrastructure (e.g., septic tanks, sanitary • sewer, stormwater), historical sampling locations, soils, sanitary sewer overflows, and • topography • Information and records from CFW regarding previously identified sources and corrective actions performed • Existing mitigation strategies/Best Management Practices (BMPs) and costs • Rainfall and flow data • Wastewater permit information, including permit limits, self-reported effluent quality data, violations, and inspection reports The Atkins team will contact the following parties to obtain additional information, as necessary, which is anticipated to include (as available): • TAIER TMDL development data • TCEQ documents and records of water quality sampling efforts related to the Clean • Rivers Program and Total Maximum Daily Load (TMDL) program • TCEQ wastewater permit information (non CFW) • USGS rainfall and flow data • NCTCOG Implementation Plan The Atkins team will provide a Summary Report that evaluates historical data and potential hot spots, identifies remaining data gaps, and identifies any suspected sources. Information obtained during initial data review will be used to assess probable sources and migration pathways. Deliverables: Atkins will provide a draft Summary Report including maps in PDF format and address one round of comments. The final Summary Report materials will be used at the Workshop. Professional Services Contract Page 16 of 25 Atkins North America, Inc. Task 2— Kick-off Meeting The project kick-off meeting will include key Atkins team members and required CFW representatives. The kick-off meeting will serve to review the approved project scope, schedule and budget and what has resulted from the initial data review efforts. Atkins will facilitate a discussion regarding the identification of known data gaps. Attendees will discuss workshop objectives, content and format. Atkins will coordinate with the necessary parties to schedule the workshop. Deliverables: Atkins will provide draft meeting minutes in Microsoft Word format and address one round of comments. Atkins will provide a draft project schedule at the kick- off meeting and provide an updated project schedule based upon the results of the meeting. Task 03—Coordination of Interviews with Key Staff CFW will be responsible for initiating contact with CFW personnel regarding participation in the workshop (see Task 04). Atkins anticipates that CFW will be required to coordinate with the following CFW departments: 1) Code Compliance Environmental Management 2) Water Engineering and Regulatory Compliance and Water Field Operations 3) Transportation and Public Works Environmental Management and Stormwater Management Atkins will coordinate with the CFW project manager to identify additional information sources and data requirements. The CFW will be responsible for coordinating requests and obtaining data from relevant internal CFW departments. Deliverables: Atkins will have no deliverables under this task. Task 04—Workshop The Atkins team will facilitate a Workshop to involve stakeholders identified in the project kickoff meeting. The objectives of the workshop will be to discuss: 1) a summary of the initial data review results; 2) ideas regarding identification of suspected sources; 3) identification of existing BMPs; and 4) a proposed strategy for watershed reconnaissance. Preliminary tools for monitoring, evaluation, and mitigation phases of the project will be introduced. The Atkins team will support the Workshop by preparing and distributing meeting agendas, materials, and summaries. The CFW will be required to secure the meeting venue and devices (e.g., projector, screen, large writing pads/easels) and provide meeting room set-up. Deliverables: Atkins will provide up to 12 plotted maps and a Powerpoint presentation for the Workshop. Atkins will provide a draft Workshop Summary Report in PDF format and address one round of comments in a final report. Task 05—Watershed Reconnaissance The watershed reconnaissance visit will be facilitated by the Atkins team and will include walking major portions of the Sycamore Creek watershed armed with the knowledge gained through the initial data review and workshop. The watershed reconnaissance will be performed with CFW key staff and other stakeholders identified at the Workshop who have knowledge of the watershed. Professional Services Contract Page 17 of 25 Atkins North America, Inc. The objective of the watershed reconnaissance will be to utilize information obtained from the initial data review and workshop to assess and verify probable sources and migration pathways (e.g., identify sites with possible direct inputs such as septic systems with old drainfields, wastewater outfalls, fields with cattle, dog parks). If the need for further investigation of a potential bacteria source located on private property arises during the watershed reconnaissance visit, Atkins staff will notify the City project manager within 72 hours to determine whether access can be obtained. Deliverables: Atkins will provide a draft Reconnaissance Report in PDF format and address one round of comments in a final report. Task 06— Bacteria Management Plan The Atkins team will develop a Bacteria Management Plan outlining: • Identify causes or sources of bacteria into Sycamore Creek. • Identify and prioritize bacteria mitigation strategies. • An estimate of the costs associated with implementing up to 10 strategies for addressing priority causes/sources. • Guidance regarding technical and financial assistance for implementing the strategies. Deliverables: Atkins will provide a draft Bacteria Management Plan in PDF format and address one round of comments in a final plan. Task 07— Project Management Project accounting, management, invoicing, quality assurance and control, and health and safety activities will be conducted. • Act as oversight and liaison with subcontractors to ensure proper and timely execution of required services; and • 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 18 of 25 Atkins North America, 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 not exceed $99,922.66. Atkins North America cost proposal detail is included below. ATKINS Atkins North America Cost Proposal-By Task and Cost Type Sycamore Creek Bacteria Management Plan City of Fort Worth *ENV 17-03:SVC Submittal Date: J -23-2017 Tarb Ornlplko labor EVAN-rt Trawl 000 Arear laN Tod►rka 0100 Initial Data Review 8,307.31 10,273.00 - 1&580.31 0200 kickgN Meeting 4,359.19 - - 320.75 - 4,679.94 0300 SUB Interviews 633.71 - 633.71 O400 Workshop 11,30795 11000.00 - - 2,600.75 - 14,906.60 0500 Watershed Reconnaissance 23,621.43 10,000.00 - - 8,123.26 - 41,74499 0600 Bacterid Management Plan 16,595.89 - - 100.00 - 1699599 0700 project Management 2,679.51 - - - - 2.67951 Tad _ PA" 11:1401" ILU4.n NABfY lelr/�wgeg*aY Professional Services Contract Page 19 of 25 Atkins North America, Inc. ATKINS Atkins North America Cost Proposal-Detail Sycamore Geek Bacteria Management Plan City of Fan Worth NEN1l 17-03:SVC Submittal Date, 1tNk23.2017 TWO thaotaaa 0- 111 11 will Qnf LIMB a" ilifte"PAN CnY Pad am Irlltld Data%"la r Labor Sr Project Manager Home 158,43 Hr 4.0 633.71 Sr Engineer 1 Home 128.12 Hr 11.0 3,409.34 Engineer I Home 95.12 Hr - - Sr Scientist 111 Home 136.62 Hr 5.0 683.10 Scientist II Home 8355 Hr 10.0 835.49 GIS Analyst 0 Home 7352 Hr 46.0 3,3BL69 Ldmyatal tM 8„w u 11CAo i 12" 1 ENV Scientist 102.0 hr 24.0 2,448.00 Technician 9LO hr 75.0 6,825.00 CADD 50.0 hr 20.0 1,000.00 AionpNlct ad O ww T" 10xam UN kOd Naga Aniew I" 0300 wain tw Labor Sr Project Manager Home 158.43 Hr 10.0 LSB4.27 Sr Engineer I Home 128.12 Hr LO 128.12 Sr Scientist 111 Home 136.62 Hr 9.0 1,22957 Scientist It Home 83.55 Hr 5.0 417.75 Sr Scientist II Home 155.15 Hr 4.0 620.60 Scientist Home 75.76 Hr 5.0 376.89 LOwTold 54 4.#51.1! ,a< AIM l31.Sf Mileage 0.5 Mile 450.0 240.75 Trills 20.0 Per Toll LO 20.00 Meals 60.0 Day LO 60.00 Professional Services Contract Page 20 of 25 Atkins North America, Inc. ATKI N S Atkins North America Cwt Proposal-Detail Sycamore Creek Bacteria Management Plan Otyof Fort Worth NEM!17413:SYC Submittal Date: Jun-23.2017 To" WNW 9411110111111 t WN 1181! 118k qty bum"I" Cie"" PON Subcontract rd 61MaMei TMd Sam" 0200 O&WMIgNTOW 0000 i1M k11atMI8tAlt Labor Sr Project Manager Home 158.43 Hr 4.0 633.71 Scientist II Home 83.55 W - - Sr Scientist 11 Home 155.15 Hr - - GIS Analyst B Home 7352 Hr - LOWTieel 4 433.71 ODCa Mileage 05 Mae - - ittYoertllretaltl[t818aaeTMd 01104 Stag ttsUttdatas Tod 433.71 0400 Labor Sr Project Manager Home 15&43 Hr 26.0 4,119.10 Sr Engineer I Home 128.12 Hr &0 1,02498 ENineer I Home 95.12 Hr &0 760.96 Sr Scientist III Home 136.62 Hr 34.0 4,645.05 Scientist I Home 75.78 Hr 10.0 757.77 GIS Analyst 8 Home 7352 W LdpwTVW M 1t.397�I coca 1.8473 Akfare 700.0 Hight LO 1,400.00 Mileage 0.5 Mile 450.0 240.75 Professional Services Contract Page 21 of 25 Atkins North America, Inc. ATKI N S Atkins North America Cost Proposal-Detail Sycamore Geek Bacteria Management Plan City of Fort Worth #EW 17-03:SYC Submittal Date: Xc43-2017 Tai/ PAN@ o Daollpdm 0/14 Raft Will: Ole? bum"Pd- Pod Tolls 20.0 Per Toll LO 20.00 Meals 60.0 Day 4.0 240.00 70004 Copies&Prints 100.0 Per Print LO 100.00 Lodging 150.0 Per Day 4.0 600.00 •culwRatb lA 4~8UM George Di Giovanni 1,000.0 Day LO 1,0000) ltlMttllMoti j" Ttld ! 0000 Wwbiop Told MOM 0600 MgOeeI- Labor Sr Engineer 1 tome 128.12 W 82.0 10,506.00 Sr Scientist III tome 136.62 W 46.0 13,115.42 UMxTMd 17a 29AnA 4AR0.00 Airfare 700.0 Flight 4.0 2,800.00 Mteage 0-5 Mile 1,800.0 963.00 Meals 60.0 Day 18.0 1,080.00 11106— Tau "us Lodging 150.0 Per Day 20.0 3,000.00 •CINVAIIlttlOt 34.0 160004A4 George Di Giovanni 1,000.0 Day 10.0 M000.00 Sukataadand EaptwesTotd 1O.1t3.716 0100 MN/agltiIlleconaelassamTolM 41,7"" Professional Services Contract Page 22 of 25 Atkins North America, Inc. ATK1 N S Atkins North America Cost Proposal-Detail Sycamore Creels Bacteria Management Plan City of Fort Worth #ENV 17-03;SVC Submittal Date. Arm23-2117 TIN" IWaurott Dii=* m *A 110" MMC cm son"P" o n"P" AMf7M1/ ftd Labor Project Director Home 207.70 Hr CLS 103.85 Sr Project Manager Home 158.43 Hr 5.0 79214 Sr Engineer I Home 12&12 Hr 26.0 3,33117 Engineer 1 Home 95.12 Hr 20.0 1,902.40 Sr Scientist Ili Home 136.62 Hr 68.0 9,290.09 GIS Analystd Home 7352 Hr 16.0 1,17624 latnrllslM 1� lfirlfi,M Le 2M/O Copia&Prints 100.0 Per Print LO 100.00 ftia o w"O" vold 10iA0 0000 no Tom om "*a mossama Labor Sr Project Manager Home 158.43 Hr 15.0 Z376A1 Scientist I Home 75.78 Hr 4.0 303.11 Lebw 01M TOW 2,07lu T41M fxlwiM hilt "iia ii Professional Services Contract Page 23 of 25 Atkins North America, Inc. PROJECT ASSIGNMENT/ STRAIGHT TIME OVERTIME TITLE RATE ($/HR) FACTOR Project Director $207.70 1.0 Sr Project Manager $158.43 1.0 Sr Engineer $128.12 1.0 Engineer 1 $95.12 1.0 Sr Scientist III $136.62 1.0 Scientist II $83.55 1.0 Scientist 1 75.78 1.0 GIS Analyst II $73.52 1.0 ENV Scientist $102 1.0 Technician $91 1.0 CADD $50 1.0 The Remainder of This Page is Intentionally Left Blank Professional Services Contract Page 24 of 25 Atkins North America, Inc. CONTRACT FOR PROVISION OF PROFESSIONAL SERVICES FOR ENVIRONMENTAL AND ENGINEERING DESIGN AND CONSULTING FOR THE MITIGATION OF BACTERIA (E. COLO WITHIN THE SYCAMORE CREEK WATERSHED, FORT WORTH,TEXAS ENV 17-03: SYC 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 CONTRACTOR AtkiXachtlebe;2 rica, Inc. BY: / Co�L BY: .. Fernando Costa Bret Assistant City Manager Project Director Date Signed: /7 WITNESS: RECO MEND OF F�i4�, Cody Whi enburg SEAL: Ly Envirogm ntal Progra'ml4anager V .O Code C6mpliance APPROVED AS TO FORM ATTEST: `�[AS• '' AND LEGALITY: rist Lopez-Rey olds Mary J. ser Senior Assistant City Attorn City Secreta Date: CITY OF FORT WORTH CONTRACT COMPLIANCE MANAGER By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirr~ments. r. Christina Osterlund Environmental Supervisor Professional Services Contract OFFICIAL RECORD Page 25 of 25 Atkins North America, Inc. CITY SECRETARY FT.WORTH,TX