Loading...
HomeMy WebLinkAboutContract 50605 C7Y P77,TTARY CITY OF FORT WORTH G(ji-4-11NACTNO. JOB ORDER CONTRACT(JOC)SERVICES CONTRACT HOME REPAIR SERVICES—ES SQUARED LLC This Contract, made and effective as of the last date executed by a Party hereto("Effective Date"), is by and between the CITY OF FORT WORTH, a Texas home-rule municipal corporation ("City") and ES Squared LLC, authorized to do business in the State of Texas ("Contractor"). City and Contractor may be referred to herein individually as a Party and collectively as the Parties. WITNESSETH: That for and in consideration of the payments and agreements to be performed by the City, Contractor hereby agrees with City to commence and complete the Job Order Contract Services described herein. ARTICLE 1. DEFINITIONS "Abatement" means a measure or set of measures designed to permanently eliminate lead- based hazards or lead-based paint. Abatement strategies include the removal of lead-based paint, Enclosure, Encapsulation, replacement of building components coated with lead-based paint, removal of lead-contaminated dust, and removal of lead-contaminated soil or overlaying of soil with a durable covering such as asphalt(grass and sod are considered Interim Control measures). All of these strategies require preparation; cleanup; waste disposal; post-Abatement clearance testing; recordkeeping; and, if applicable, monitoring. "Building Code" means the City's Building Code as amended from time to time. "Building Permit" means any permit received from the City's Planning and Development Department to perform the Work on a Housing Unit. "Business Diversity Enterprise Ordinance" or "BDE" means the City's Business Diversity Ordinance, Ordinance No. 20020-12-2011. "CDBG" means Community Development Block Grant. "CDBG Regulations"means regulations found at 24 CFR Part 570 et seq. "Contract Documents" means, collectively, this document, the General Conditions Attachment A, the Program Specific Conditions Attachment A-1, Sample Job Order Attachment B, Bid Price Worksheet Attachment C, Terms and Conditions Attachment D, the RFP and Contractor's Response to the RFP, and all other Attachments and other documents that are attached or incorporated herein by reference. The Contract Documents shall be construed in the order of precedence in which they are listed. "Contractor Personnel"means employees,staff or subcontractors employed or hired by Contractor to perform Work under this Contract. 9ITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 1 ,3> ES Squared LLC Date: 3-28-2018 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX "Encapsulation" means any covering or coating that acts as a barrier between lead-based paint and the environment, the durability of which relies on adhesion and the integrity of the existing bonds between multiple layers of paint and between the paint and the substrate. "Enclosure"means the use of rigid, durable construction materials that are mechanically fastened to the substrate to act as a barrier between the lead-based paint and the environment. "EPA" means the United States Environmental Protection Agency. "EPA's Renovation, Repair and Paint Rule" or "RRP Rule" means 40 CFR Part 745, as amended from time to time. "Household Crisis Repair Program"means the City of Fort Worth's program to assist low income households with emergency and urgently needed repairs to heating and air conditioning (HVAC) systems as funded by Comprehensive Energy Assistance Program (CEAP)funds. The purpose of the Household Crisis Repair Program is to assist low income families in need, in order to preserve health and safety. "Housing Unit" means a residential unit occupied by a household eligible for services under any of the City's Home Repair Services Programs and includes the real property on which the Housing Unit is located. "Interim Controls" means a set of measures designed to temporarily reduce human exposure or possible exposure to lead-based paint hazards. Such measures include, but are not limited to, specialized cleaning, repairs, maintenance, painting, temporary containment, and the establishment and operation of management and resident education programs. Monitoring, conducted by owners, and reevaluations, conducted by professionals, are integral elements of Interim Control. Interim Controls include dust removal; paint film stabilization; treatment of friction and impact surfaces; installation of soil coverings, such as grass or sod; and land use controls. Interim Controls that disturb painted surfaces are renovation activities under EPA's Renovation, Repair and Painting Rule. "HUD" means the United States Department of Housing and Urban Development. "HUD Guidelines" means the U.S. Department of Housing and Urban Development Guidelines for the Evaluation of Lead-Based Paint Hazards in Housing, Second Edition, July 2012, as may be amended from time to time. "Job Order Contract" or "JOC"" is a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity governing agreement for the Work("Project"). "Job Order" means an itemized list of the Work which contains sufficient detail to determine quantities and quality, and the time for performance. It includes any specifications and drawings required by City together with any change orders approved by City and Contractor. Work on a Housing Unit will be authorized by an individual Job Order on an as-needed basis. See sample Job Order Attachment B. "Lead Safe Housing Rule" means the regulations found at 24 CFR Part 35 subparts B-R. "LeadSafe Program" means the City of Fort Worth's Lead Hazard Reduction Demonstration program as funded by grant funds from the HUD Office of Healthy Homes and Lead Hazard Control (OHHLHC) and CDBG matching funds. The purpose of the LeadSafe Program is to remove the health hazards of lead-based paint from the homes of low and moderate income families with small CITE'OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 2 ES Squared LLC Date. 3-28-2018 children. The LeadSafe Program includes a Healthy Homes component which addresses basic health and safety repairs on qualified housing units where lead-based paint hazards have been reduced or eliminated. "LIHEAP" means Low Income Heating and Energy Assistance Program, funded with grant funds from the United States Department of Health and Human Services. The purpose of the LIHEAP program is to meet immediate home energy needs, through home cooling, weatherization, and/or energy-related low-cost home repairs or replacements. "Owner" means the owner of the Housing Unit to be repaired. "Priority Repair Program" means the city's program to perform minor home repairs to address health and safety issues at eligible housing units occupied by low income homeowners. Home repairs performed under the Priority Repair Program may include roof repair or replacement, HVAC repair or replacement, water/sewer/gas line repair or replacement, electrical repairs, and other minor health and safety repairs, "Request for Proposals" or"RFP" means the Request for Proposals for multiple categories of home repair services for low-income households within the City of Fort Worth and Tarrant County RFP No. 17-0500 issued October 4, 2017. "TDHCA"means Texas Department of Housing and Community Affairs,which administers the WAP and LIHEAP programs "Texas Administrative Code" means regulations of the State of Texas that govern the administration of LIHEAP and DOE weatherization grant programs. "Texas Environmental Lead Reduction Rule" or "TELRR" means 25 TAC 295.201-220, as amended from time to time. "WAP"means Weatherization Assistance Program,funded with grant funds from the United States Department of Energy through the LIHEAP program, through funds from the Texas Association of Community Action Agencies (TACAA), or from other sources. The purpose of WAP is to help low income households reduce energy consumption and energy costs by providing energy conservation measures. Weatherization assistance is provided following an assessment and energy audit that determines the scope of work of each particular WAP home repair project. "Work" means the Home Repair Services provided by contractor under this contract, including any Weatherization, HVAC, Plumbing, Electrical, Roofing, Lead Hazard Reduction, or related rehabilitation and repair work performed on a Housing Unit required by a Job Order and the Contract Documents, whether completed or partially completed, and which includes all labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the Contractor's obligations under the Contract Documents ARTICLE 2. SCOPE OF SERVICES A. Contractor agrees to provide the City with Priority Repair, Weatherization, Lead Hazard Reduction, Accessibility Improvements, and construction management services for the purpose of assisting income-eligible and otherwise qualified residents with Home Repair Services in a Housing Unit. Activities shall include but not be limited to the activities listed in Attachment C "Bid Price Worksheet." All Work shall be performed on an as-needed basis and in accordance with the TELRR, the HUD Guidelines, the Lead-Safe Housing CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 3 ES Squared LLC Data:3-28-2018 Rule, DOE WAP or DHHS LIHEAP regulations, TACAA guidelines and any other applicable regulations regarding performance of the funded home repair services with the use of the specified funds. B. Contractor acknowledges that the Project is assisted in whole or in part with CDBG (Community Development Block Grant), LIHEAP (Low Income Home Energy Assistance Act Weatherization Assistance Program), DOE (Department of Energy Weatherization Assistance Program), TACAA WAP (Texas Association of Community Action Agencies— Oncor Weatherization Assistance Program), LEAD (Lead-Based Paint Hazard Control and Lead Hazard Reduction Programs)and HHI(Healthy Homes Demonstration)funds and that any Job Order and the Work shall be performed in accordance with the applicable requirements for that funding source, including the requirements of the general conditions as more particularly set out in Attachment A and the applicable program specific conditions as more particularly set out in Attachment A-1. C. Contractor shall do everything required by the Contract Documents for each Job Order including furnishing all of the labor, materials and equipment necessary to perform the Work. As applicable for the particular job assigned, all Work shall be performed by workers trained and certified under the EPA Renovation and Repair Rule and qualified for the home repair activities to be performed. Work performed for the LeadSafe and Priority Repair Programs shall be performed by workers qualified in accordance with HUD's Lead Safe Housing Rule, and who are trained and certified by the Texas Department of State Health Services, Environmental Lead Branch. D. Contractor must perform the Work in accordance with the Building Code and all other relevant City, State and Federal building codes and any other applicable laws, ordinances and regulations, including applicable Home Repair Program requirements as further described in Attachment A-1. To the extent of conflict between any of the foregoing codes and standards, the more restrictive shall apply. Inconsistencies or conflicts between the Building Code and this Contract shall be resolved in favor of the Building Code. If it is necessary to modify this Contract to comply with the Building Code, then the Parties shall execute a written modification. E. City will inspect all completed Work, as applicable, before payment to the Contractor is approved. Contractor must repair or replace all Work and materials that do not pass inspection. Such repair or replacement of Work shall be completed within 3 working days from written notification of the need for such repair or replacement by City. If the Work fails to pass final inspection, Contractor will be responsible for any fees associated with the re- inspection as well as any other fees or costs resulting from the failure of the Work to pass final inspection. For work performed on the LeadSafe Program, Contractor will be responsible for any fees associated with an additional clearance test, such as testing of dust wipes, as well as other associated costs; such costs may include the cost of lodging or any other additional relocation expenses for the Housing Unit's occupants. F. Contractor shall not solicit or contract with occupants or Owners to perform additional work on the Housing Unit for minimum of 6 months after the Work is complete. G. Contractor shall be responsible for moving furniture and/or safe storage of the occupants' furniture and personal belongings if necessary to perform the Work. Contractor is required to provide proof of insurance and adequate, safe storage of the occupant's furniture and personal belongings when applicable for the duration of the Work. CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 4 ES Squared LLC hate: 3-28-2018 H. Contractor must notify City promptly of the need for any change order. Any work in excess of that specified on the work order or on an authorized change order, and not authorized by the City, will be a disallowed cost, and the Contractor will receive no compensation for that work. ARTICLE 3. INSURANCE REQUIREMENTS Contractor shall not commence Work until it has obtained all insurance coverage described in Attachment A and proof of such coverage has been received and approved by City. ARTICLE 4. TIME OF COMPLETION City shall provide Contractor a written Notice to Proceed for each Job Order which states a date for commencement and a date for completion of the Work. Contractor shall complete the Work within the number of calendar days specified in the Job Order. Approved change orders may extend the completion date. The time for completion of the Work is an essential element of this Contract. Contractor acknowledges that failure to complete the Work within the stated number of calendar days may result in suspension or termination of this Contract. ARTICLE 5. TERM OF CONTRACT This Contract shall commence as of the Effective Date and shall automatically expire 1 (one) year from the Effective Date (the "Expiration Date"), if not terminated sooner or extended as described below. No Job Order shall be issued after the Expiration Date. However, any Job Order with Work still in progress, Contractor's obligation to cure or remedy defective Work,and Contractor's warranty and indemnification obligations shall survive the Expiration Date or earlier termination of this Contract. This Contract shall be renewable at the City's option, and upon Contractor's written acceptance, for two(2)additional one-year terms. If City exercises its option to renew,it will do so by providing written notice to Contractor at least 10 calendar days prior to the Expiration Date. If City exercises a renewal option,the additional term shall be deemed to include this option provision as well as all other terms, conditions and price structures of this Contract unless specifically changed or modified in writing executed by the Parties. Renewal is subject to availability of funding under the above-listed grant funding sources, Contractor performance, and mutual agreement by all parties. All renewals or extensions shall be based on existing terms, conditions and price structures set forth herein or as amended by the City. CONTRACTOR ACKNOWLEDGES AND AGREES THAT THERE IS NO GUARANTEE THAT A SPECIFIC DOLLAR AMOUNT WILL BE SPENT UNDER THIS CONTRACT. ARTICLE 6. PAYMENT FOR SERVICES A. City shall pay Contractor for each Job Order based on the prices in Attachment C upon City's acceptance of the completed Work and submission by Contractor of a detailed invoice. B. City shall have the unconditional right to withdraw a Job Order at any time so long as it has not issued a Notice to Proceed. If a Job Order is withdrawn,Contractor shall not be entitled to any compensation or reimbursement of any costs incurred by the Contractor for the withdrawn Job Order so long as the City has not yet issued a Notice to Proceed. CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 5 ES Squared LLC Date: 3-28-2018 C. For a Job Order to become effective, it must(1) be signed by City and Contractor, (2) be for a fixed price, lump sum for the Work, (3) be based on the prices in Attachment C, and (4) include a Notice to Proceed. City shall pay Contractor within 30 days of acceptance of Work. D. Contractor will not be compensated for any Work outside of the scope of a Job Order or this Contract that is not authorized by City in writing. E. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Contractor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. ARTICLE 7. LIENS Contractor shall not place a lien on the Housing Unit and will only look to the City for payment for Work. Placement of a lien on a Housing Unit by Contractor or any subcontractor will be grounds for termination of this Contract for cause. ARTICLE 8. PERMITS AND INSPECTIONS Contractor shall apply for all Building Permits and for any other permits required by a Job Order. Separate Building Permits shall be required for each Housing Unit. Contractor shall be responsible for scheduling all City inspections. All necessary inspections by the City's Planning and Development Department for Building Permits must have occurred in order for final inspection of the Work by the City's Neighborhood Services Department inspectors to be scheduled. Work must pass final inspection by both Planning and Development Department inspectors for Building Permits and Neighborhood Services Department inspectors for all Contract and federal requirements for the Work. ARTICLE 9. CITY INSPECTION AND ACCEPTANCE OF WORK Inspection and acceptance of any Work shall be as stated in a Job Order in accordance with the Contract Documents. Completed work must be approved by inspectors from both the Planning and Development Department for Building Permits and the City's Neighborhood Services Department for all Contract and federal and state law requirements City reserves the right to perform inspections of the Work at any time, and any inspections performed by City or by others on behalf of City shall be for City's sole benefit. The presence or absence of a City inspector does not relieve Contractor from any Contract requirement, and no inspector is authorized to change any term or condition of the Job Order or of the Contract Documents without the City's written authorization. Quality control for the Work is the responsibility of Contractor. Contractor shall, without charge, replace or correct Work found by City not to conform to the Job Order or Contract requirements unless City consents to accept the Work with an appropriate adjustment in the Job Order price. ARTICLE 10. WARRANTY OF CONSTRUCTION AND MATERIALS CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 6 ES Squared LLC Date: 3-28-2018 Contractor shall warrant that Work conforms to the Job Order and is free of any defect in material, design furnished, or workmanship performed by the Contractor or any of its design professionals, subcontractors or suppliers at any tier. All Work shall be warranted for a minimum of 1 year from the date of final acceptance of the Work. All repairs or replacement shall be at no cost or charge to City or the Owner or occupant,whether or not the materials are guaranteed by the manufacturer or supplier. The warranty shall not be construed to limit or in any way modify any warranties or guarantees placed upon any materials, fixtures or devices by their manufacturers, or any components for which a longer period of warranty is required in this Contract. Contractor shall furnish the Owner with all manufacturers' and suppliers' written guarantees, warranties and operating instructions covering materials furnished under this Contract, together with any documentation required for validation. ARTICLE 11. DELAYS AND EXTENSION OF TIME Contractor may be granted an extension of time because of change orders, or because of unforeseeable conditions that are deemed by City in its sole discretion as being beyond Contractor's control and which constitute a justifiable delay. Requests for extensions of time must be made in writing no later than 2 calendar days after the occurrence of the delay. Any additional time allowed shall be at no cost to City. Any additional expenses incurred because of Contractor error as deemed by City in its sole discretion, including but not limited to, additional occupant relocation expenses and clearance sampling analysis, will be paid by Contractor. ARTICLE. 12. SUBCONTRACTING WITH SMALL AND MINORITY FIRMS, WOMEN'S BUSINESS ENTERPRISES AND LABOR SURPLUS AREAS For procurement contracts $50,000.00 or larger, Contractor agrees to abide by City's policy to involve Minority Business Enterprises ("MBE") and Small Business Enterprises ("SBE") and to provide them equal opportunity to compete for contracts for construction, provision of professional services, purchase of equipment and supplies and provision of other services required by City. Contractor agrees to incorporate the City's BDE Ordinance, and all amendments or successor policies or ordinances thereto, into all contracts and subcontracts for procurement $50,000.00 or larger, and will further require all persons or entities with which it so contracts to comply with said ordinance. Contractor acknowledges the MBE goals established for this Contract and Contractor's commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by Contractor may result in the termination of this Contract for cause and debarment from participating in any City contracts for not less than 3 years. THE MBE GOAL FOR THIS CONTRACT IS 10%. Analysis of whether such MBE goal is met will be measured on an aggregate basis for the entire term of the Contract. Contractor is responsible for contacting the City's M/WBE Office to obtain lists of certified MBE firms in order to meet this goal. The MBE firm(s) must be located or doing business in the City's geographic market area at the time of the issuance of al Job Order. The City's geographic market includes Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. The MBE firm(s)must also CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 7 ES Squared LLC Date: 3-28-2018 be currently certified or in the process of being certified by the North Central Texas Regional Certification Agency or the Texas Department of Transportation Highway Division. Contractor shall deliver the monthly MBE reports and supporting documentation to the M/WBE Office which will verify that payments have been made to MBE subcontractors on each completed Job Order. On Job Orders that extend over 30 days in duration, the M/WBE Office will verify that payments have been made to the MBE subcontractors for work in-place. In addition, it is national policy to award a fair share of contracts to disadvantaged business enterprises ("DBEs"), small business enterprises ("SBEs"), minority business enterprises ("MBEs"), and women's business enterprises ("WBEs") as defined by federal statutes and regulations. Accordingly, affirmative steps must be taken to assure that DBEs, SBEs, MBEs, and WBEs are utilized when possible as sources of supplies, equipment, construction and services. ARTICLE 13. RELATIONSHIP OF PARTIES Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of City. Contractor shall have exclusive control of, and the exclusive right to control the details of the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees and subcontractors. Nothing herein shall be construed as creating a partnership orjoint venture between City and Contractor, its officers, agents, employees and subcontractors, and the doctrine of respondeat superior has no application as between City and Contractor. ARTICLE 14. NO THIRD PARTY BENEFICIARIES This Contract shall inure only to the benefit of City and Contractor and third persons not privy hereto shall not, in any form or manner, be considered a third party beneficiary of this Contract. Each Party shall be solely responsible for the fulfillment of its own contracts or commitments. ARTICLE 15. SUSPENSION AND TERMINATION A. Suspension 1. City may suspend the Contract for 30 days and no new Job Orders will be assigned if the following occur 3 or more times.- a. imes:a. Contractor fails to provide adequate supervision at the Housing Unit. b. Contractor fails to obtain appropriate permits and inspections. c. Contractor fails to meet all safety requirements in Attachment A. d. Contractor fails to correct deficient work within 2 days as required in Article 2. e. Contractor fails to comply with any term of the Contract Documents. 2. City shall provide Contractor written notice of each occurrence in which Contractor has failed to comply with the terms of this Contract. After Contractor has been sent 3 written notices, City may send a notice of 30-day suspension or termination of this Contract to Contractor. B. Termination for Convenience City may terminate this Contract without cause with 30 days written notice to Contractor. Termination of this Contract and receipt of payment for services rendered up to the date of notice of termination are Contractor's only remedies for the City's termination for CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 8 ES Squared LLC Date: 3-28-2018 convenience. Contractor waives any claim (other than its claim for payment for services rendered up to the date of notice) it may have now or in the future for financial losses or other damages resulting from the City's termination for convenience. C. Termination for Cause 1. City may terminate this Contract for cause for Contractor's default,failure or inability to perform, failure to comply with any of the terms herein, or for other good cause including substandard work. Substandard work shall be defined as material or workmanship that deviates from or falls short of construction standards and practices. 2. Contractor shall be given written notice specifying the portions of the Contract in which Contractor is in default and will be given 15 days to cure the default. The notice of default shall also state the effective date of termination if the default is not cured. 3. If Contractor has not cured the default by the date specified, then City shall terminate the Contract on the date of termination. Contractor shall stop work on the date of termination. Contractor shall not receive any compensation for any Work performed after the date of termination. D. Termination does not terminate any provisions of this Contract that have been expressly noted as surviving the Contract's term or termination. Termination shall not affect or terminate any of City's existing rights against Contractor or which may thereafter accrue because of Contractor's default. E. Unless otherwise specified elsewhere in this Contract, the rights and remedies contained herein are not exclusive, but are cumulative of all rights and remedies which exist now or in the future. ARTICLE 16. WAIVER No waiver by either Party of any default or breach of any term, covenant or condition of this Contract shall operate as a waiver of any future breach or other default,whether of a like or different character or nature. ARTICLE 17. SEVERABILITY If any part of this Contract is for any reason found to be unenforceable, all other parts remain enforceable unless the result materially prejudices either Party. . ARTICLE 18. WRITTEN AGREEMENT ENTIRE CONTRACT This written instrument and the Attachments and Exhibits attached hereto, which are incorporated by reference and made a part of this Contract for all purposes, constitutes the entire agreement by the Parties concerning the work and services to be performed under this Contract. Any prior or contemporaneous oral or written agreement which purports to vary the terms of this Contract shall be void. Any amendments to the terms of this Contract must be in writing and must be executed by each Party to this Contract. ARTICLE 19. GOVERNING LAW AND VENUE This Contract shall be governed by and construed and enforced in accordance with the laws of the State of Texas. The Parties agree that any action with respect to this Contract may only be brought in a court of competent subject matter jurisdiction located in Tarrant County, Texas. CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 9 ES Squared LLC Date: 3-28-2018 ARTICLE 20. INDEMNIFICATION CONTRACTOR COVENANTS AND AGREES TO AND DOES HEREBY INDEMNIFY, HOLD HARMLESS AND DEFEND, AT ITS OWN EXPENSE, CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR CAUSES OF ACTION ARISING OUT OF THE PERFORMANCE OF THIS CONTRACT,WHETHER SUCH CLAIMS ARISE OUT OF CONTRACT OR TORT, SUITS FOR PROPERTY, WHETHER REAL OR PERSONAL,LOSS OR DAMAGE,PERSONAL INJURY,INCLUDING DEATH,TO ANY AND ALL PERSONS,OF WHATSOEVER KIND OF CHARACTER,WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE WORK AND SERVICES TO BE PERFORMED HEREUNDER BY CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES OR INVITEES, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES AND INVITEES OF THE CITY;AND CONTRACTOR DOES HEREBY COVENANT AND AGREE TO ASSUME ALL LIABILITY AND RESPONSIBILITY OF THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES FOR ANY AND ALL CLAIMS OR SUITS FOR PROPERTY LOSS OR DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER KIND OF CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY,THE WORK AND SERVICES TO BE PERFORMED HEREUNDER BY CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES OR INVITEES, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES AND INVITEES OF THE CITY. CONTRACTOR LIKEWISE COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY AND HOLD HARMLESS CITY FROM AND AGAINST ANY AND ALL INJURIES, DAMAGE, LOSS OR DESTRUCTION TO PROPERTY OF CITY DURING THE PERFORMANCE OF ANY OF THE TERMS AND CONDITIONS OF THIS CONTRACT, WHETHER ARISING OUT OF OR IN CONNECTION WITH OR RESULTING FROM, IN WHOLE OR IN PART, ANY AND ALL ALLEGED ACTS OR OMISSIONS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES, INVITEES OF CITY. IT IS THE EXPRESS INTENTION OF THE PARTIES, BOTH CONTRACTOR AND CITY, THAT THE INDEMNITY PROVIDED FOR THIS SECTION INCLUDES INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT CITY FROM THE CONSEQUENCES OF CITY'S OWN NEGLIGENCE, WHETHER THAT NEGLIGENCE IS ALLEGED TO BE THE SOLE OR CONCURRING CAUSE OF THE INJURY, DAMAGE OR DEATH. CONTRACTOR AGREES TO AND SHALL RELEASE CITY, ITS AGENTS, EMPLOYEES, OFFICERS AND LEGAL REPRESENTATIVES FROM ALL LIABILITY FOR INJURY, DEATH, DAMAGE OR LOSS TO PERSONS OR PROPERTY SUSTAINED IN CONNECTION WITH OR INCIDENTAL TO PERFORMANCE UNDER THIS CONTRACT, EVEN IF THE INJURY, DEATH, DAMAGE OR LOSS IS CAUSED BY CITY'S SOLE OR CONCURRENT NEGLIGENCE. CONTRACTOR SHALL REQUIRE ALL OF ITS SUBCONTRACTORS TO INCLUDE IN THEIR CONTRACTS AND SUBCONTRACTS A RELEASE AND INDEMNITY IN FAVOR OF CITY IN SUBSTANTIALLY THE SAME FORM AS ABOVE. ARTICLE 21. SURVIVAL CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 10 ES Squared LLC Date: 3-28-2018 Contractor shall remain obligated to City under all clauses of this Contract that expressly or by their nature extend beyond termination of this Contract, including but not limited to the warranty and indemnity provisions. ARTICLE 22. LITIGATION AND CLAIMS Contractor shall give City immediate notice in writing of any action, including any proceeding before an administrative body, filed against Contractor in conjunction with this Contract. Contractor shall immediately furnish to City copies of all pertinent papers received by Contractor with respect to such action or claim. Contractor shall provide a notice to City within 10 days upon filing under any bankruptcy or financial insolvency provision of law. ARTICLE 23. CHANGES AND AMENDMENTS TO LAW Any changes in the terms of this Contract which are required by a change in state or federal law or regulation is automatically incorporated herein effective on the date designated by such law or regulation. Except as otherwise specifically provided herein, any other changes to the terms of this Contract shall be by amendment hereto in writing executed by the Parties. ARTICLE 24. PARAGRAPH HEADINGS FOR REFERENCE ONLY; NUMBER The paragraph headings contained herein are for convenience in reference to this Contract and are not intended to define or to limit the scope of any provision of this Contract. When the context requires, singular nouns and pronouns include the plural. ARTICLE 25. CONTRACT CONSTRUCTION The Parties acknowledge that each Party and, if it so chooses, its counsel have reviewed and revised this Contract and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Contract or any amendments or exhibits hereto. ARTICLE 26. CONTRACTOR HAS LEGAL AUTHORITY TO ENTER INTO CONTRACT. Contractor represents that it possesses the legal authority, pursuant to any proper, appropriate and official motion, resolution or action passed or taken, to enter into this Contract and to perform the responsibilities herein required. ARTICLE 27. RIGHT TO AUDIT Contractor agrees that City shall, until the expiration of three(3) years after final payment under this contract, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Contractor involving transactions relating to this Agreement at no additional cost to City. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Contractor reasonable advance notice of intended audits. ARTICLE 28. IMMIGRATION NATIONALITY ACT. CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 11 ES Squared LLC Date: 3-28-2018 Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I- 9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. ARTICLE 29. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel"and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract,Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT Page 12 ES Squared LLC Date: 3-28-2018 IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples this 28TI day of March,2018. CITY OF FORT WORTH: APPROVED AS TO FORM AND BY. J�' LEGALITY: FernaP.do Costa BY: Assistant City Manager Name: Matt Murra Assistant City Attorney DATE: 4�4�8 CONTRACT AUTHORIZATION: APPROVAL RECOMMENDED: M&C: P-12170 BY: DATE APPROVED: March 6,2018 Na .A rey Thagard Title: Neighborhood Services Director 1295 Certificate No.: 2017-292734 ATTES IT ES SQUARED LL VOR BY:_ vv%0 City Se '�� Y• • NAVt:: Albert Mitchell CONTRACT COMPLIA •.:* TI LE CEO - MANAGER: vt By signing I acknowledge tha m t1 �....... DATE: person responsible for the monitdr administration of this contract,including ensuring all performance and reporting ATTEST: requirements. BY: BY: Name: Barbara Asbury Title: Compliance and Plann' g Manager OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX CITY OF FORT WORTH HOME REPAIR SERVICES CONTRACT ES Squared LLC Date: 3-28-2018 M&C Review Page 1 of 4 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 3/6/2018 DATE: 3/6/2018 REFERENCE NO.: P-12170 LOG NAME: 13P17-0500 HOME REPAIRS NS JD CODE: P TYPE: NOW PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Contracts with GTO1 Construction Corporation, Anthony Lee Brown and Tonie Walker Brown d/b/a Camelot Roofing, G.A. Miller Enterprises, Inc. d/b/a Glenn's A/C & Heating, ES Squared, LLC, HVAC Service Pro, LLC and Jesus Garcia & Sons, Inc. d/b/a MVA AC and Heating for the Neighborhood Services Department for its Home Repair Programs in an Annual Amount of$3,773,000.00 for an Initial One-Year Term with Two One-Year Renewal Options for a Total Combined Amount of$11,319,000.00 (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize contracts with GT01 Construction Corporation, Anthony Lee Brown and Tonie Walker Brown d/b/a Camelot Roofing, G.A. Miller Enterprises Inc. d/b/a Glenn's A/C & Heating, ES Squared LLC, HVAC Service Pro and Jesus Garcia & Sons, Inc. d/b/a MVA AC and Heating, for the Neighborhood Services Department for its home repair programs in an annual amount of$3,773,000.00 for an initial one-year term with two one-year renewal options for a total combined amount of$11,319,000.00. DISCUSSION: The Neighborhood Services Department administers a number of home repair programs that assist low income residents using a variety of state and federal grant funding sources. These programs include Priority Repair, LeadSafe, Weatherization and Household Crisis Repair. The Priority Repair Program uses Community Development Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development(HUD) to make urgently needed health and safety repairs. The LeadSafe Program uses Lead Hazard Reduction Demonstration and Healthy Homes Grant funds from HUD to remove health hazards caused by lead-based paint and to make other health and safety repairs. The Weatherization Program, which is County-wide, provides energy efficiency improvements such as Heating, Ventilation and Air Conditioning (HVAC) system replacement, insulation additions and weather-stripping installation using funds from multiple sources. These sources include the Low Income Heating and Energy Assistance Program (LIHEAP) and Department of Energy (DOE)grant funds received through the Texas Department of Housing and Community Affairs (TDHCA). The Texas Association of Community Action Agencies (TACAA) also provides the city with grant funds for weatherization. The Household Crisis Repair program uses Comprehensive Energy Assistance Program (CEAP)funds from TDHCA to do emergency repairs on HVAC systems. For clarification and detailed descriptions of the above programs, please refer to the following list of approved Mayor and Council Communication (M&C): On May 8, 2012, (M&C G-17589) the City Council adopted the Priority Repair Program to be operated by the Neighborhood Services Department; On June 10, 2014, (M&C G-18238) the City Council authorized the application and acceptance of Lead Hazard Reduction Demonstration Program funds and a Healthy Homes Supplemental grant and the execution of related contracts; http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25474&councildate=3/6/2018 4/6/2018 M&C Review Page 2 of 4 On August 1, 2017, (M&C G-19056) the City Council approved the 2017-2018 Action Plan for use of HUD grant funds, including funds for the Priority Repair Program. On November 14, 2017 (M&C C-28473) the City Council authorized the acceptance of U.S. Department of Energy Weatherization Assistance Program grant funds for 2018 and the execution of related contracts; On November 14, 2017 (M&C C-28480) the City Council authorized the acceptance CEAP funds for Household Energy Crisis, Utility Assistance and Case Management programs and the execution of related contracts; On November 14, 2017 (M&C C-28482) the City Council authorized the acceptance of grant funds for the 2018 LIHEAP and the execution of related contracts; and On December 12, 2017, (M&C C-28515) the City Council authorized the acceptance of Low-income Weatherization Program grant funds from TACAA and the execution of related contracts. The Neighborhood Services Department regularly seeks additional grant funding sources for its home repair programs. As additional funding sources become available, Staff recommends that the above contracts be amended to include the additional funds in order to ensure the most effective customer services for the home repair programs. REQUEST FOR PROPOSALS ADVERTISEMENT- Request for Proposals (RFP) 17-0500 for Home Repairs was advertised in the Fort Worth Star-Telegram on October 4, 2017, October 12, 2017, October 18, 2017, October 25, 2017 and November 1, 2017. The RFP consisted of detailed specifications describing the types of services to be provided including accessibility, plumbing, electrical, heating, air-conditioning, roofing services and carpentry services. A total of 315 vendors were solicited from the purchasing database; six responses were received. Neighborhood Services Department and Office of Business Diversity staff evaluated the submittals. The criteria for selecting the contractors consisted of cost of goods and services, qualifications, experience and capacity to perform the work. Staff recommends entering into contracts with the following six firms: GTOI Construction Corporation (GTO), Anthony Lee Brown and Tonie Walker Brown d/b/a Camelot Roofing (Camelot), G.A. Miller Enterprises Inc., d/b/a Glenn's A/C & Heating (Glenn's A/C), ES Squared LLC, HVAC Service Pro and Jesus Garcia & Sons, Inc., d/b/a MVA AC and Heating (MVA) for construction services for the home repair programs, each for a term of one-year with two one-year renewal options for annual amount of$3,773,000.00 per year and for a total combined amount of$11,319,000.00. In addition, an administrative change order or increase may be made by the City Manager in the amount up to $50,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated. All work will be assigned on a priority basis to the recommended contractors in the following areas. No specific amount of work was promised to the contractors. Secondary and overflow contractors will be utilized in the event the primary contractor cannot complete assigned work. • Weatherization: 1: GTO 2: HVAC Service Pro Overflow: MVA • Lead Hazard Reduction: 1: GTO 2: MVA Overflow: ES Squared, LLC • Priority Repair Program: HVAC: 1: Glenn's AC 2: GTO Overflow: HVAC Service Pro http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25474&councildate=3/6/2018 4/6/2018 M&C Review Page 3 of 4 • Plumbing: 1: GTO 2: HVAC Pro Overflow: Glenn's A/C • Electrical: 1: HVAC Service Pro 2: GTO Overflow: ES Squared, LLC • Roofing: 1: Camelot 2: GTO •Americans with Disabilities Act(ADA) Improvements: 1: GTO 2: HVAC Service Pro General Carpentry is a service that is affiliated with many of the other services provided through the listed programs. As such, there will be no primary or secondary contractor for this category as these services are a part of work to be performed in the other categories of services listed above. For those services listed that do not have an overflow contractor, there is either no need for one, or there was not a third proposal for the services. M/WBE OFFICE - G.A. Miller Enterprises, Inc., GTO1 Construction Corporation, ES Squared LLC, Jesus Garcia & Sons, Inc. d/b/a MVA AC and Heating and HVAC Service Pro are in compliance with the City's BDE Ordinance by committing to 10 percent MBE participation. The City's MBE goal on this project is 10 percent. Additionally, G.A. Miller Enterprises, Inc., GTO Construction, ES Squared, LLC and Jesus Garcia & Sons, Inc. d/b/a MVA AC and Heating are certified M/WBE firms. Camelot Roofing is in compliance with the City's BDE Ordinance by documenting good faith effort. The home repair programs are available in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current budget of the corresponding Grant Fund, as appropriated and that prior to an expenditure being made, the Neighborhood Services Department has the responsibility to validate the availability of funds. BQN\17-0500\JD TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID I -hartfield 2 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25474&councildate=3/6/2018 4/6/2018 M&C Review Page 4 of 4 FROM Fund Department I Account I Project Program Activity Budget I Reference# Amount ID ID I I Year I (Chartfield 2) Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Aaron Bovos (8517) Additional Information Contact: Cynthia B. Garcia (8525) ATTACHMENTS 1295 Camelot Roofing.pdf 1295 ES Sguared.pdf 1295 Form GT01.pdf 1295 Glenns AC.pdf 1295 HVAC Service Pro.pdf 1295 MVA.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25474&councildate=3/6/2018 4/6/2018 � - I �-i 10 CERTIFICATE OF INTERESTED PARTIES FORM 1295 l of l Complete Nos.l-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 I Name of business entity filing form,and the city,state and country of the business entity s place Certificate Number: of business. 2017-292734 ES Squared LLC Grand Prairie,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party tot the contract for which t e form is 12/11/2017 being filed. City of Fort Worth Date Acknowledged- C 3 Provide the identification number used by the governmental entity or state agency to track or Identify the contract,and provide a description of the services,goods,or other property to be provided under the contract RFP 17-0500 Construction services for HOME REPAIRS Nature of interest 4 Name of Interested Parry City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. n 6 AFFIDAVIT_ I swear,or affirm,under penalty of peltay,that the above disclosure is true and correct. AA— t, h"'�j KELLY LOAN NGUYEN My Commission Expires ' December 23,2017 '`'���w.�'` Si re of authorized agent of cogtr usiriess entity AFFIX NOTARY STAMP!SEAL ABOVE �f swom to and subscribed before me,by the said � (�//(�P ,this the (r day of -- 20 to certify which,witn s my hand and seal of office. � , t nature o admirn g oath Printed n of oilicer admi st r' g ath Tide of officer admi stering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337