Loading...
HomeMy WebLinkAboutContract 35779ClTY ,��C[�ET.��Y CC�NTRA�``� �� . ���� STATE OF TEXAS KNOWN ALL BY THESE PRESENTS: COUNTY OF TARRANT � �1 � c� THIS AGREEMENT, entered into the �day of � � l �2007 by and between the City of Fort Worth, a home-rule mumcipal corporation of Tarrant, Denton, Parker, and Wise Counties, Texas, acting herein by and through Marc A. Ott, its duly authorized Assistant City Manager, hereinafter called the "City", and Compliance EnviroSvstems, LLC, acting by and through Casey M. Smith, its duly authorized Executive Vice President, hereinafter called "Consultant". City and Consultant 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 SERVICES Section 1. Consultant hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with the Manhole Inspection Project (TCEQ SSO Initiative) ("Proj ect"). Section 2. Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional worlc resulting from oral orders of any person. ARTICLE 2 COMPENSATION Consultant shall be compensated with an hourly fee not to exceed $23,500 in accordance with the Fee Schedule shown in Attachment "A". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the ./ �_- I,, nlr N� f^, -a ','�'���'���c`—��'���'����'�''.� I �. �n �,o � � �;����� J��R� �` l�� ��`���tlll�, �L4��1� � �ORIGINAL particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. ARTICLE 3 TERM This Agreement shall be for a term of ninety (90) days beginning upon the date of its execution, or until completion of the subject matter contemplated herein, whichever occurs first. ARTICLE 4 INDEPENDENT CONTRACTOR Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant 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 respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. ARTICLE 5 PROFESSIONAL COMPETENCE AND INDEMNIFICATION Section 1. To the best of its professional ability, all work performed by Consultant shall comply 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. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. Section 2. In this connection, Consultant shall indemnify, hold harmless and defend the City and all of its officers, agents, servants and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons of whatsoever kind or character, including but not limited to employees of Consultant, employees of subcontractors, and all other persons performing work incident to this Agreement which may rise out of or be connected with directly or indirectly: j h, .�11 io�1;��ry(�;'^',' ;i��`,,,�i � . .:' � Y1, L] f'i l] V V�` � �"�� J'�''' ��� ? �� - �: `� ; 4? , �; G�j ,U' �jI� `� 5 I" i, '::"✓'1J U 1(� U LG��o I I�- ' ` a. The negligent, defective or deficient execution, performance, attempted performance or non-performance of this Agreement by Consultant. b. Any act, omission, defect, deficiency or negligence of Consultant in the provision of its services; c. Any neglect in the safeguarding of the work by Consultant or its subcontractors; d. Failure by Consultant or its subcontractors to properly execute the work; and/or e. Defective work or materials Consultant shall likewise indemnify, and hold harmless, City for any and all injury or damage to City property arising out of, or in connection with, any and all acts or omissions of Consultant, its officers, agents, employees or subcontractors. ARTICLE 6 INSURANCE Section 1. Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee � � ��� ��� � � �;� :l ���� � � ,:,�. ,,, ��, _ . ,>- i:�v�J�,''� �i�l��j(�y�, i ,ii+ r�`l`, ; iU � :••'vl ��n;i �l�c�e 1 Section 2. Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and seivants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the Water Department, Attention: Darrell Gadbeny, Water Systems Superintendent, 1608 11'�' Avenue, Fort Worth, TX 76102, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thii-ty days notice of cancellation, non-renewal, and/or material change in policy tei-ms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or rislc treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favar of the City. h. City shall not be responsible for the direct payment of insurance premiuin costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recoveiy. j. In the course of the Agreement, Consultant shall report, in a timely mamler, to City's officially designated contract administrator any known loss occui�ence which could give i•ise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. 1. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. ARTICLE 7 TRANSFER OR ASSIGNMENT City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. ARTICLE 8 TERMINATION OF CONTRACT Section 1. City may terminate this Agreement for its convenience on 30 days' written notice. Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter Section 2. If City chooses to terminate this Agreement under Article 8, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall proportionally compensate Consultant based upon Exhibit «A„ Section 3. All reports, whether partial or complete, prepared under this Agreement, including the original drawings, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. ARTICLE 9 RIGHT TO AUDIT (a) Consultant 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 pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant 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 Consultant reasonable advance notice of intended audits. (b) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant 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 subconsultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate worlc space in order to conduct audits in compliance with the provisions of this Article. City shall give Consultant and any subconsultant reasonable advance notice of intended audit. (c) Consultant and subconsultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. ARTICLE 10 MINORITY AND WOMAN BISUNESS ENTERPRISE (M/WBE) PARTICIPATION In accordance with City Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises ("M/WBE") in City contracts. Consultant acknowledges the M/WBE goal established for this Agreement and its commitment to meet that goal. 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 11 OBSERVE AND COMPLY Consultant 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. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents 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 12 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. ., �,�, �, , " � � -: -1 �,� U -'� > �v;! a.5l�l)i�'''J � �`�, ::� �. ' ; j ���;` � i�ri� J`' ' ,�i�` ��t��i/^�,:�C��I'l1 y� �ln . ,, ,:�,✓f:V�l' U�G��, i ' ARTICLE 13 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 14 SEVERABILITY The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. ARTICLE 15 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: City of Fort Worth Water Department Attn: S. Frank Crumb, Director 1000 Throckmorton Street Fort Worth, Texas 76102 Consultant: Compliance EnviroSystems, LLC Attn: Casey M. Smith, Executive V.P. 1401 Seabord Drive Baton Rouge, LA 70810 ARTICLE 16 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 t �o � ir'`'���� �r: 'C,; j ;', i _ Jd'? lf5�vll��J � !� �'_[ , , c;�5�:1�15 �� �.;.�iiJ1`��� Y�GUI j .�J ARTICLE 17 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. IN WITNESS THEREOF, the parties hereto have made and executed this Agreement in multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas. CITY OF FORT RTH: Marc A. tt Assistant City Manager RECONIIv1ENDED: `' 1 LC� � � � , C���_ ��� - , 'l � �� S. Frank Crumb, P.E., Director � Water Department APPROVED AS TO FORM AND LEGALITY: ,,�� ���� , Amy J. Ra 'se� % Assistant� ity�Attorney CONSULTANT: Compliance EnviroSystems, LLC � -�M �� �' l Casey M. mith Executive Vice President � 1 � �� O �;, .,�.�-:�:_.� � .t�t3 �'��(; �t��U�It�D ,"T_.��.�-�_---�� _.��.�� � ---f � h � ,;, � �- `l � : i . , ��)W� `�i��l�i!�r,4 '; ,;��' ����1�� . � 1`�� ?�Y`t:r�`?��� ����� � ATTACHMENT "A" SCOPE OF SERVICES AND FEES �4;,`r'�J',J,]��!� �,�'��;°liD� �� �,, - � c, � 1��;�`- . ,>'� �! ��'' J � � ��: `�;�'`J���!�, ����, � ATTAC�IIvIENT "A" Professional Services Agreement For Manhole Condition Assessment Pilot Program OVERVIEW It is the intention of the City of Fort Worth, TX, Department of Water and Sewer to perform a comprehensive manhole inspections program. This will include all mariholes within their system. This will be accomplished over a multi-year period. An inspection program of this magnitude will require substantial planning, and management efforts. Prior to inspecting these manholes, specific tasks, tools and protocols must be defined. This pilot project will establish those data collection and management protocols. It is essential that aIl elements of this long range inspection program be clearly defined to utilize current technologies and to ensure a seamless transition of manhole inspection data into the existing data management systems (MAXIMO CMMS and ArcGIS systems). This pilot project will be the foundation for the entire manhole inspection project. The project will require the performance of the following tasks and sub-tasks. TASK 1 Define the pertineni data to be captured for each manhole • Review various input samples and inspection specifications • Evaluate and determine the most cost effective collection requirements • Define data utilization options (rehabilitation, maintenance, other) TASK 2 Define and prepare standard operation procedures (SOP) for data collection • Provide written safety plan for manhole inspection procedures • Include identification and evaluation of manhole inspection data to be exported in MAXIMO CMM5 and/or ArcGIS • Establish standardization for naming new manholes, compatible with MAXIMO CMMS and/or ArcGIS data management sysiems • Establish GIS mapping correction request (ie wrong utility, not located properly, etc) from the original city GPS process shall be identified TASK 3 Data Management and Collectian • Evaluate existing ESRI software products capable of capturing data as defined under TASK 1. Based on evaluation results, develop software selection matrix. • Evaluate and test data collection and storage devices. This will include PDA, Laptop, as well as other Customize Field Notepads capable of utilizing mapping quality GPS technology. Based on evaluation results, develop storage and data collection selection matrix. � � .�,� o����C�� : r�l','.^��c,!�l i:�'vl�!�'� � ''_;i j��f°?���` � , ,� :�:';���:��i,1������, � TASK 4 • Develop and successfully test a manhole inspection template for selected software/hardware. Template to include all fields as define under TASK 1 TASK 5 Application Testing • Conduct surface inspection of manholes for test purposes (as designated by owner.) • Inspection of a minimum of 20 units, located within all areas of the collection system. • Test efficiency of software and storage (capture units) • Develop export procedures into MAXIMO CMMS and/or ArcGIS • Test for system integration and conductivity Deliverables: • Manhole inspection electronic template for selected software product • Standard Operating Procedures for Citywide Manhole Inspection Program • Project report with details of processes evaluated and final recommendations FEES: Compliance EnviroSystems, LLC will provide all labor, materials, supplies, and technical expertise necessary to perform Tasks 1-5 for the Marlhole Condltion Assessment Pilot Program for a lump some not to exceed $23, 500 Task Description Fee 1 Define pertinent collection data $2350.00 2 Define and Prepare Standard $3525.00 Operating Procedure (SOP) 3 Data Management and Collection $7050.00 4 Develop and test manhole inspection $1175.00 tem late 5 Application Testing $9400.00 TOTAL $23,500.00