Loading...
HomeMy WebLinkAboutContract 52089 CITY SECRETARY CONTRACT NO.- 502099 CONTRACTOR SERVICES AGREEMENT February S,2019 This CONTRACTOR SERVICES AGREEMENT("Agreement") is made and entered into by and between the CITY OF FORT WORTH("City"),a Texas home rule municipal corporation,acting by and through Valerie Washington, its duly authorized Assistant City Manager, and H. MIKE LAUDERBACK D/B/A NEW ERA CONTRACT SERVICES, ("Contractor"), an individual, each individually referred to as a"party"and collectively referred to as the"parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Contractor Services Agreement; 2. Exhibit A—Scope of Services;and 3. Exhibit B—Verification of Signature Authority Form. Exhibits A and B,which are attached hereto and incorporated herein,are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A and B and the terms and conditions set forth in the body of this Agreement,the terms and conditions of this Agreement shall control. 1. SCOPE OF SERVICES. Contractor shall perform clean-up,debris removal,dead tree removal,nuisance vegetation removal and disposal work on privately owned property,and/or property that is owned or held-in-trust by the City,as identified and ordered by the Neighborhood Investigations Division of the Fort Worth Code Compliance Department. Exhibit"A,"-Scope of Services more specifically describes the services to be provided hereunder. 2. TERM. This Agreement shall begin on March 24,2019("Effective Date")and shall expire on September 30,2019("Expiration Date"),unless terminated earlier in accordance with this Agreement("Initial Term"). City shall have the option, in its sole discretion, to renew this Agreement under the same terms and conditions,for up to four(4)one-year renewal options. 3. COMPENSATION. City shall pay Contractor in accordance with the provisions of this Agreement and Exhibit"A,"— Scope of Service. Total payment made under this Agreement for the first year by City shall not exceed Ninety Nine Thousand Dollars($99,000.00).Contractor shall not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services.City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless City first approves such expenses in writing. No payment shall be made by City to Contractor unless preceded by an invoice as further described in Exhibit"A,"-Scope of Services. 4. TERMINATION. CPQ ontractor Services AgrcementPage R o� S�GQ clTy SECRETARY FT-W0R`I H,'tX 4.1. Written Notice. City or Contractor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. 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. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City shall pay Contractor for services actually rendered up to the effective date of termination and Contractor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon tennination of this Agreement for any reason, Contractor shall provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Contractor has received access to City Information or data as a requirement to perform services hereunder, Contractor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 5.1 Disclosure of Conflicts. Contractor hereby warrants to City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Contractor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by City("City information")as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Unauthorized Access. Contractor shall store and maintain City information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Contractor shall notify City immediately if the security or integrity of any City Infonnation has been compromised or is believed to have been compromised, in which event, Contractor shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. 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. 7. INDEPENDENT CONTRACTOR. Contractor Services Agreement Page 2 of 15 It is expressly understood and agreed that Contractor shall operate as an independent Contractor as to all rights and privileges and work performed under this Agreement,and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Contractor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, consultants and subcontractors. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents,servants and employees,and Contractor, its officers,agents,employees, servants, Contractors and subcontractors. Contractor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor.It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Contractor or any officers,agents, servants,employees or subcontractor of Contractor. Neither Contractor,nor any officers,agents,servants, employees or subcontractor of Contractor shall be entitled to any employment benefits from City. Contractor shat l be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers,agents,servants,employees or subcontractor. 8. LIABILITY AND INDEMNIFICATION. 8.1 LIABILITY- CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS,SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION - CONTRACTOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS,AGENTS, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONTRACTOR'S BUSINESS AND ANY RESULTING LOST PROFITS)AND/OR PERSONAL INJURY,INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF CONTRACTOR,ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES, 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION—Contractor agrees to defend, settle,or pay, at its own cost and expense,any claim or action against City for infringement of any patent, copyright, trade mark, trade secret,or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay shall not apply if City modifies or misuses the software and/or documentation. So long as Contractor bears the cost and expense of payment for claims or actions against City pursuant to this section, Contractor shall have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however,City shall have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Contractor in doing so.In the event City,for whatever reason,assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Contractor shall fully participate and cooperate with City in defense of such claim or action. Contractor Services Agreement Page 3 of 15 City agrees to give Contractor timely written notice of any such claim or action,with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses shall not eliminate Contractor's duty to indemnify City under this Agreement.If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or,if as a result of a settlement or compromise,such use is materially adversely restricted, Contractor shall, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation;or(c)replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or(d) if none of the foregoing alternatives is reasonably available to Contractor terminate this Agreement, and refund all amounts paid to Contractor by City,subsequent to which termination City may seek any and all remedies available to City under law. 9. ASSIGNMENT AND SUBCONTRACTING. 9.1 Assignment. Contractor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee shall execute a written agreement with City and Contractor under which the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement. Contractor and Assignee shall be jointly liable for all obligations of Contractor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract,subcontractor shall execute a written agreement with Contractor referencing this Agreement under which subcontractor shall agree to be bound by the duties and obligations of Contractor under this Agreement as such duties and obligations may apply. Contractor shall provide City with a fully executed copy of any such subcontract. 10. INSURANCE. Contractor shall provide City with certificate(s)of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000- Each Occurrence $2,000,000- Aggregate (b) Automobile Liability: $1,000,000- Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Contractor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle"shall be any vehicle owned,hired and non-owned. (c) Worker's Compensation: Contractor Services Agreement Page 4 of 15 i� Statutory limits according to the Texas Workers' Compensation Act or any other state workers'compensation laws where the work is being performed Employers' liability $100,000- Bodily Injury by accident;each accidentloccurrence $100,000- Bodily Injury by disease;each employee $500,000- Bodily Injury by disease;policy limit (d) Professional Liability(Errors&Omissions): $1,000,000- Each Claim Limit $1,000,000- . Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. ' Coverage shall be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear.The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to City.Ten(10)days'notice shall be acceptable in the event of non-payment of premium.Notice shall be sent to the Risk Manager,City of Fort Worth,200 Texas Street,Fort Worth,Texas 76102,with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas.All insurers must have a minimum rating of A-VII in the current A.M.Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management.If the rating is below that required,written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with any work pursuant to this Agreement. 11. COMPLIANCE WITH LAWS ORDINANCES RULES AND REGULATIONS. Contractor Services Agreement Page 5 of 15 Contractor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal,state and local laws,ordinances,rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances,rules and regulations.If City notifies Contractor of any violation of such laws,ordinances,rules or regulations,Contractor shall immediately desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Contractor, for itself, its personal representatives, assigns, subContractors and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor's duties and obligations hereunder,it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRINIINATION COVENANT BY CONTRACTOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBCONTRACTORSS OR SUCCESSORS IN INTEREST, CONTRACTOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. s 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives,(2)delivered by facsimile with electronic confirmation of the transmission,or(3)received by the other party by United States Mail,registered,return receipt requested,addressed as follows: To CITY: To CONTRACTOR: City of Fort Worth New Era Contract Services Attn:Valerie Washington,Assistant City Manager Mike Lauderback 200 Texas Street 2335 Decatur Ave. Fort Worth,TX 76102-6314 Fort Worth,TX 76106 Facsimile:(817)392-8654 With copy to Fort Worth City Attorney's Office at same address 14. SOLICITATION OF EMPLOYEES. Neither City nor Contractor shall,during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent Contractor , any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer.Notwithstanding the foregoing,this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. GOVERNMENTAL POWERS. Contractor Services Agreement Page 6 of 15 It is understood and agreed that by execution of this Agreement,City does not waive or surrender any of its governmental powers or immunities. 16. NO WAIVER. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate perfonnance or to assert any such right on any future occasion. 17. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas.If any action, whether real or asserted,at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. City and Contractor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement,but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement,and are not intended to define or limit the scope of any provision of this Agreement. 21. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the non-nal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or Exhibits A,B,and C. 22. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No amendment, modification,or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument,which is executed by an authorized representative of each party. 23. ENTIRETY OF AGREEMENT. Contractor Services Agreement Page 7 of 15 This Agreement,including Exhibits A,B and C,contains the entire understanding and agreement between City and Contractor,their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. COUNTERPARTS. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 25. WARRANTY OF SERVICES. Contractor warrants that its services will be of a professional quality and conform to generally prevailing industry standards.City must give written notice of any breach of this warranty within thirty(30) days from the date that the services are completed.In such event, at Contractor's option,Contractor shall either(a)use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty,or(b)refund the fees paid by City to Contractor for the nonconforming services. 26. IMMIGRATION NATIONALITY ACT. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). 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. 27. OWNERSHIP OF WORK PRODUCT. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement(collectively,"Work Product"). Further,City shall be the sole and exclusive owner of all copyright, patent, trademark,trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from the date of conception,creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product shall be considered a"work-made-for-hire"within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof,is not considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended, Contractor hereby expressly assigns to City all exclusive right,title and interest in and to the Work Product, and all copies thereof,and in and to the copyright,patent,trademark,trade secret,and all other proprietary rights therein,that City may have or obtain, without further consideration, free from any claim, lien for balance due,or rights of retention thereto on the part of City. 28. SIGNATURE AUTHORITY. Contractor Services Agreement Page 8 of 15 M• The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party,and that such binding authority has been granted by proper order,resolution,ordinance or other authorization of the entity.This Agreement and any amendment hereto, may be executed by any authorized representative of Contractor whose name,title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit"C". Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. CHANGE IN COMPANY NAME OR OWNERSHIP Contractor shall notify City's Purchasing Manager,in writing, of a company name,ownership,or address change for the purpose of maintaining updated City records. The president of Contractor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change,copy of the board of director's resolution approving the action,or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 30. 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 enteruig 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. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples this day of MMZ-tt - 20_fj (signature page follows) Contractor Services Agreement Page 9 of 15 ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of By. this contract, including ensuring all performance and Name: Valerie Washington reporting requirements. Title: Assistant City Manager Date: (� By: ;aim�e: Nenn Neal APPROVAL RECOMMENDED: Title: Superintendent,Code Compliance APPROVED AS TO FORM AND LEGALITY: By: Na . lenn Neal Title: Superintendent,Code Compliance By: Name: Matt Murray' ATTEST: Title: Assistant City Attorney CONTRACT AUTHORIZATION: 4 M&c: Y- 1z3o1 da/a6/i9 By: N me: ary y er g Jig IA95: X019-4.41331 Title: C1 creta ,, CONTRACTOR: H. MIKE LAUDERBACK D/B WW RA ATTEST: CONTRACT SERVICES By: 9' + By: �•_ Name: i Lauderback Name: Jc Title: 0&jt&r Title: Sc. =C: Date: Contractor Services AgreementI o R® CITY Se CRETARY FT. WORTH,TX EXHIBIT A SCOPE OF SERVICES I. REQUIREMENTS A. Contractor understands that work orders will be assigned with attention to a fair and equitable distribution of the work to be performed. B. The contractor shall be available and present on the site when an administrative search warrant is required for access on to the property.The contractor or the contractor's representative shall be no more than 15 minutes late for the appointment time. C. Photographic Evidence: 1. The following minimum specifications will be required: a. Use of digital cameras capable of at least I mega-pixel with image resolution of 1280 x 1224 that adds date stamp on face of picture. b. Contractor shall provide photographic evidence of the abatement prior to,and at the completion of,the assigned work. D. Photographs will: 1. Be in color,and date and time stamped. 2. Be submitted with work order and invoice. E. If vector nesting is encountered,the Contractor may take necessary steps to exterminate the hazard after verification and cost approval from the Neighborhood Investigations Division. The Invoice relative to such extermination shall be submitted to the Code Compliance Department Contract Administrator with the corresponding Abatement Work Order. F. Prior to commencement of work Contractors shall: 1. Obtain a waste hauler's permit from the Superintendent of the Solid Waste Division (817)392-5151,and present proof to the Code Compliance Superintendent prior to the issuance of a Letter to Proceed; 2. Ensure that a representative of Code Compliance—Neighborhood Investigations is present at the job site before any work is started;and 3. Obtain a Letter to Proceed from Neighborhood Investigations to initiate abatement. 4. Provide a cost estimate for the work to be performed. G. Abatement work must begin within 3 business days from the date of the proceed letter or as specified on the proceed letter. Contractor Services Agreement Page 11 of 15 I H. Once commenced,all work,including salvage time at the site,must be completed within three(3)business days,or as specified in the Letter to Proceed. 1. Contractor shall remove items from lots and adjacent right of ways that include(see VI Definitions): 1. Junk,trash,rubbish,debris,tires,trees,brush,discarded belongings 2. Salvageable materials; 3. Furniture,household furnishings,business furnishings,building materials, vehicle parts; 4. Badly damaged or dilapidated fences,decorative barriers; 5. Other special waste as required by the Neighborhood Investigations Division. J. Contractor will not be required to remove Hazardous Waste as defined in VI Definitions. However,contractor will immediately contact the Neighborhood Investigations if such waste in discovered. K. All debris,trash,rubbish and junk from the abatement site will be hauled to a state licensed disposal site at the expense of the contractor. L. Upon completion of the work,the Contractor shall notify Neighborhood Investigations Division upon completion of the job for a payment inspection.Copies of dump tickets certifying the debris was taken to a state certified landfill shall be submitted along with the invoice for payment. M. All salvageable material and items identified to be removed will become the property of the Contractor and shall be removed from the site. N. Contractor shall protect the work site as necessary with barriers, lights,safeguards or warnings. O. Contractor shall report any damage done to property owned by the City of Fort Worth or damage to private personal property to the Code Compliance Department(817-392-6567) within two(2)hours after occurrence. II. INVOICES A. Contractor shall return work orders and corresponding invoice for abatement and cleanup work to the Code Compliance Department within three(3)business days,after completion of work. The work order is considered complete once it's been determined that the work was accomplished in accordance with the terms and specifications of this contract. B. Each invoice shall include: 1. Contractor name,address,phone number,invoice number,and PO number 2. File,map and TAD number Contractor Services Agreement Page 12 of 15 3. Quantity of material (tons) 4. Detailed costs associated with abatement(labor and disposal) 5. Copies of the proceed order 6. Copy of all dump tickets for disposal of the specified items. C. An invoice is considered payable when an officer has completed a visual inspection and determined that the work was accomplished. III. POINT OF CONTACT A. Contractor shall designate at least one(1)person within the firm as Point of Contact with office phone or cell phone number for accessibility. B. Contractor's Point of Contact shall respond to calls or voicemails within one(l)hour,during normal business hours. C. Notification of any changes in contact numbers or personnel shall be in writing or hand delivered to the Code Compliance Superintendent. IV. PAYMENTS An invoice is considered payable when an officer has completed a visual inspection and determined that the work was accomplished. The Code Compliance Department will make payments within 30 days from the date of acceptance of work. V. CONTRACT PERFORMANCE A. The City reserves the right to reject work for poor quality of the work,or improper charges. B. In addition,and of utmost importance,Abatement Proceed Letters in the possession of the Contractor over fifteen(15)days after the Proceed Letter has been issued will not be paid unless prior arrangements have been made with the City. The Abatement Proceed Letter will be cancelled and reassigned to another contractor from the Contractor list. C. The City retains the right to assign abatement jobs in the most expeditious manner,and in the best interest of the City of Fort Worth and its citizens. All jobs will be distributed in a manner most advantageous to the City.Jobs will be assigned by location or other method determined by the City of Fort Worth to be efficient or expedient. D. The City reserves the right,in case of default,to procure the services from other sources and hold the defaulting Contractor responsible for any excess costs occasioned thereby. VI. DEFINITIONS A. Adequate Work Force:Sufficient equipment,supplies,and personnel to complete the work order. Contractor Services Agreement Page 13 of 15 B.Company Hours:The time it would take the company to complete the assigned work order. C.Business Day:Regularly scheduled days of operation,Monday—Friday.Excludes Saturday,Sunday,and holidays recognized by the City of Fort Worth. D. Immediate Abatement Request:Upon notification of an immediate abatement work order from the Code Compliance Department Special Project Superintendent or his/her designee the contractor shall commence the abatement process within 24 hours. E.Brush: Shrub limbs,tree limbs-up to four(4)inches in diameter and not to exceed eight(8) feet in length,untreated lumber,and tree trimmings resulting from landscape maintenance and cleaning operations(other than a commercial pile). F.Bulky Waste:Furniture,treated wood,up to ten(10)cubic yards of construction materials generated by a service unit(and not by a commercial service provider)as a result of a household project,mattresses and box springs,carpet,swing sets,plastic swimming pools,small and large toys,bicycles,fish aquariums,toilets,household appliances,and other similar items,white goods (CFC-free),large branches(being branches in excess of four(4)inches in diameter but less than eight(8)feet in length),tree trunks and root balls;provided such items do not contain hazardous waste or any waste which is not acceptable at the designated landfill. G.Rubbish:Nonputrescible solid waste,excluding ashes that consists of: 1.Combustible waste materials,including paper,rags,cartons,wood,excelsior,furniture,rubber, plastics,yard trimmings,leaves,and similar materials;or 2.Noncombustible waste materials,including glass,crockery,tin cans,aluminum cans,metal furniture,and similar materials that do not burn at ordinary ITB 18-0392 Nuisance Abatement Clean-up Services incinerator temperatures(sixteen hundred (1600)degrees Fahrenheit to eighteen hundred(1800)degrees Fahrenheit). H. Special Waste:Any solid waste or combination of solid wastes that because of its quantity, concentration,physical,or chemical characteristics,or biological properties requires special handling and to protect the human health or the environment. I.Hazardous Waste:Any solid waste identified or listed as a hazardous waste by the administrator of the United States Environmental Protection Agency pursuant to the Federal Solid Waste Disposal Act,as amended by the Resource Conservation and Recovery Act of 1976(42 USC §§ 6901 et seq.),as amended. Contractor Services Agreement Page 14 of 15 EXHIBIT B VERIFICATION OF SIGNATURE AUTHORITY NEW ERA CONTRACT SERVICES Contractor hereby agrees to provide City with independent audit basic financial statements,but also the fair presentation of the financial statements of individual funds. Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Contractor and to execute any agreement,amendment or change order on behalf of Contractor. Such binding authority has been granted by proper order,resolution, ordinance or other authorization of Contractor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Contractor. Contractor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Contractor. 1. Name: Position: , tgnature 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of President/CEO Other Title: Date: Contractor Services Agreement Page 15 of 15 City of Fort Worth, Texas Mayor and Council Communication COUNCIL A Ti0N; Approved on 31512019 DATE: Tuesday, March 5, 2019 REFERENCE NO.: **P-12301 LOG NAME: 13P18-0392 NUISANCE ABATEMENT CLEAN-UP SERVICES SC SUBJECT: Authorize Execution of Agreements with Howard Mikiel Lauderback d/b/a New Era Contract Services, Redirection Opportunities, Inc., and RNDI Companies, Inc., for Nuisance Abatement Clean-Up Services for a Combined Annual Amount Up to $150,000.00 and Authorize Five Renewal Options for the Code Compliance Department (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize execution of Agreements with Howard Mikiel Lauderback d/b/a New Era Contract Services, Redirection Opportunities, Inc., and RNDI Companies, Inc., for Nuisance Abatement Clean-Up Services for a combined annual amount up to $150,000.00 and authorize five renewal options for the Code Compliance Department. DISCUSSION: The Code Compliance Department approached the Purchasing Division to establish annual Agreements for nuisance abatement clean-up services for the City of Fort Worth. The Invitation to Bid (ITB) consisted of detailed specifications for nuisance abatement and clean-up services including; debris, dead tree removal, nuisance vegetation, disposal work on privately owned property, and/or property that is owned or held-in-trust by the City and all related services BID ADVERTISMENT-An ITB was advertised in the Fort Worth Star-Telegram on August 15, 2018, August 22, 2018, August 29, 2018, September 5, 2018, September 12, 2018, September 19, 2018 and September 26, 2018. The ITB was sent to 256 vendors from the purchasing vendor database; three responses were received. The evaluation committee recommends awarding Howard Mikiel Lauderback d/b/a New Era Contract Services, Redirection Opportunities, Inc., and RNDI Companies, Inc., with four one-year options to renew. An administrative change order or increase may be made by the City Manager in the amount up to $37,500.00 and does not require specific City Council approval as long as sufficient funds have been appropriated. No guarantee was made that a specific amount of services would be purchased. However, the Code Compliance department may spend up to the amount awarded for each vendor annually for nuisance abatement services as specified below. The Code Compliance Department reviewed the pricing and found pricing to be fair and reasonable. Vendor Awarded Amount Total New Era Contract Services $99,000.00 $99,000.00 RNDI Companies, Inc. I $45,000.00F $45,000.00 Logname: 13PI8-0392 NUISANCE ABATEMENT CLEAN-UP SERVICES SC Page I of 2 Redirection Opportunities, Inc. $6,000.001 $6,000.00 $150,000.00 M/WBE OFFICE - Howard Mikiel Lauderback d/b/a New Era Contract Services is in compliance with the City's BDE Ordinance by committing to 10% M/WBE participation on this project. The City's M/WBE goal on this project in 10%. Recommended award amounts for Redirection Opportunities, Inc., and RNDI Companies, Inc., are less than $50,000.01. Therefore, these firms' contract awards are not applicable to the BDE Ordinance. AGREEMENT TERMS - Upon City Council approval, the Agreement shall begin upon execution of the Agreement and shall end on September 30, 2019. RENEWAL OPTIONS - The City shall have five options to renew the Agreement; four one-year renewal periods (October 1 to September 30) and the fifth renewal period which shall run from October 1 st to the anniversary of the date of execution. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as appropriated, of the General Fund. Prior to an expenditure being made, the participating departments has the responsibility to validate the availability of funds. Future year appropriations are subject to Mayor and Council approval. 13QN\18-0392\SC FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year ChartfieId 2 FROM Fund Department ccoun Project JProgram ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Cynthia Garcia (8525) Additional Information Contact: Sarah Czechowicz (2059) ATTACHMENTS 1. 13P18-0392 1295 Forms Redacted.pdf (Public) 2. 190123 New Era Contract MWBE Compliance Memo.pdf (CFW Internal) 3. Copy of Copy of Evaluation 18-03921.pdf (CFW Internal) 4. Requisition 18-00433245.pdf (CFW Internal) 5. SAMS vendors.pdf (CFW Internal) Logname: 13P18-0392 NUISANCE ABATEMENT CLEAN-UP SERVICES SC Page 2 of 2