Loading...
HomeMy WebLinkAboutContract 36788 CITY SECRETARYNO p� STATE OF TEXAS § § KNOWN ALL BY THESE PRESENTS: COUNTY OF TARRANT § THIS AGREEMENT, entered into the 01 Men k Zuil IA by and between the City of Fort Worth, a home-rule municipal corporation of Tarrant, Denton, Parker, and Wise Counties, Texas, acting herein by and through -ern.n dO Eases _, its duly authorized Assistant City Manager, hereinafter called the "City", and New Dimension Solutions, Inc., an independent contractor, acting by and through Marius Basson, its duly authorized VP RCM Consulting, 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 Fort Worth Water Department Reliability Centered Maintenance Pilot Project("Project"). 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 work resulting from oral orders of any person. ARTICLE 2 COMPENSATION Consultant shall be compensated an amount not to exceed $125,000.00 (revised schedule) in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment"A". 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 particular services so ordered and receipt by City of Consultant's invoice for payment of same. 0��J C I I }��C, 0 B CITY ORCIUMPY EK� 03-�17�-08 f' �12' 04 1 `'f '`. '�}i 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 Unless terminated pursuant to the terms herein, this Agreement shall be for a term of nine months, beginning upon the date of its execution, or until the 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. 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 subcontractor CC,IIV ) CQII�VEX. � ARTICLE 6 INSURANCE Section t. 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 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 servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the Fort Worth Water Department, Attention: Chris Harder, Engineering Manager, 1000 Throckmorton Street, 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 thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. r, fry i s ; � 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 risk 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 favor of the City. h. City shall not be responsible for the direct payment of insurance premium 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 recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner,to City's officially designated contract administrator any known loss occurrence which could give rise 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 S TERMINATION OF CONTRACT Section 1. �I�°J 1 t °�'; :�I IN, TEX 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 hereof, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article 2 of this Agreement and Exhibit"B" attached hereto and incorporated herein. 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 fmal 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 work 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 lull ,,� l���z_l �:S�Ur�P � PEKo (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 I NON-DISCRIMINATION Consultant shall not discriminate against any employee or applicant for employment because of race, age, color, religion, sex, sexual orientation,national origin, ancestry, disability, or place of birth. Consultant shall take action to ensure that all persons are employed and/or treated without regard to their race, age, color, religion, sex, sexual orientation, national origin, ancestry, disability, or place of birth. This action shall include,but not be limited to the following: employment,promotion, demotion, transfer, working conditions, recruitment, layoff, termination, rates of pay or other forms of compensation, and training opportunities. ARTICLE 12 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 13 VENUE AND JURISDICTION If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas—Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. ARTICLE 14 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 15 SEVERABILITV 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 16 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 Attn: Chris Harder 1000 Throckmorton Street Fort Worth, Texas 76102 Consultant: New Dimension Solutions, Inc 600 Mamaroneck Avenue Harrison NY 10528 Attn: Marius Basson VP RCM Consulting 910.232.9558 ARTICLE 17 HEADINGS The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement ARTICLE 18 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 WORTH: CONSULTANT: New Dimension Solutions,Inc. Fernando Costa, Acting Namelarm�ss n Assistant City Manager Title VP RCM Consulting RECOMMENDED: fcjc-S. Frank Crumb,PIE, Director Water Department APPROVED AS TO FORM AND LEGALITY: Assistant Ci Attorney ATTEST: [h Marty Hendrix City Secretary 3 ) ►'110S Date AUTHORIZATION: M&C. - 0kotl �p Approval Date ATTACHMENT "A" SCOPE OF SERVICES (Revised) Meeting and Introduction February 25, 08 (1/2 day) Marius Basson Management Presentations: March 12 (1 day) John Fortin Project Planning: June 4, 08 (1 day) Marius Basson 2 X 3-Day Courses (#1): April 29—May 1, 08 (3 days) TBA 2 X 3-Day Courses (#2): May 13 —May 15, 08 (3 days) TBA 2 X 3-Day Courses (#1): June 3 —June 6, 08 (3 days) TBA Pilot Project Preparation: June 16—June 20, 08 (4 days) KH/MB Pilot Projects: July 7—July 18, 08 (10 days, 2 pilots TBA will run simultaneously) Recommendations and report: Preparation of reports (5 days) TBA Feedback meeting: July 28, 08 (1 Day) MB py IJ�T��lri� ipi ��� ATTACHMENT "B" FEE SCHEDULE TasklActivity Description 0 Project Start 1 Introduce program with '/z Day presentation for senior managers, $1,500 1 $1,500 RCM2 overview stakeholders etc presentation for key stakeholders 2 Initial planning-Pilot 1 day each with Asset managers and $1,500 1 $1,500 Projects 1 and 2 stakeholders 3 Identify review group Personnel who know the asset systems members and backups best should be included in the asset reviews 4 RCM2 3-day Intro 3-Day training course for up to 20 $10,000 6 $60,000 Training for Review delegates(including training material and Group Members, case study) Potential Facilitators, Project Manager, Union Leaders and Stakeholders 6 Preparation-RCM2 Pilot 2 Days with Review group and supervisors $1,500 2 $3,000 Project#1 [Rolling Hills (Define scope and analysis boundary, WTP Chlorine System] preparation of Operating Context and Information gathering) 7 Perform RCM2 Pilot 10 days mentoring and guidance of RCM2 $1,500 10 $15,000 Project#1 Review Group 8 Preparation-RCM2 Pilot 2 Days with Review group and supervisors $1,500 2 $3,000 Project#2[Village Creek (Define scope and analysis boundary, WWTP—Service Water preparation of Operating Context and PS] Information gathering) 9 Perform RCM2 Pilot 10 days mentoring and guidance of RCM2 $1,500 10 $15,000 Project#2 Review Group 10 Summarize results, Research,analysis and monitoring (before $1,500 5 $7,500 benefits analysis and vs. after), preparation of presentation recommendations 12 Present Results to 1 day with Asset Manager and $1,500 1 $1,500 Management Stakeholders(Review group participation) (Management audit) 14 Implementation of results Prepare detail job plans,tasks,triggers etc. TBE TBE into CMMS (optional) Total for RCM pilot Projects(including 3-Day training Courses, Facilitator Training $108,000 and RCM Software) Traveling expenses Estimated at 15%of service fees(capped at 18%) $ 17,000 Total Cost of Proposed Services including travel and accommodation expenses $125,000 7 a 1ti i 4N, City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/4/2008 DATE: Tuesday, March 04, 2008 LOG NAME: 60PILOT PROGRAM REFERENCE NO.: C-22706 SUBJECT: Authorize Execution of a Professional Services Agreement with New Dimension Solutions, Inc., for the Fort Worth Reliability Centered Maintenance Pilot Projects for the Water Department RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a professional services agreement with New Dimension Solutions, Inc., in the amount of $125,000.00 for the Fort Worth Reliability Centered Maintenance Pilot Projects for the Water Department. DISCUSSION: Reliability Centered Maintenance {RCM} is an analysis technique which investigates failure modes, risks, and consequences to determine the optimum fixed interval and predictive maintenance activities necessary to ensure superior performance of equipment and processes at the least possible cost. Numerous industries have successfully utilized RCM to reduce costs and improve equipment reliability, including the railroad, airline, power, chemical, and mining industries. Recently, several water utilities across the nation have successfully initiated RCM programs and have reported very favorable results, especially when the equipment to be maintained is mechanically and electrically complex, such as encountered in water and wastewater plants, pump stations, and meter stations. A request for proposals for the Fort Worth Reliability Centered Maintenance Pilot Projects was advertised on November 28th and December 5th, 2007, in the Fort Worth Star-Telegram, and placed on the city website. Proposals were received on January 11, 2008. New Dimension Solutions, Inc. was the sole respondent to the request for proposal. The scope of work for this project consists of training Water Department staff responsible for maintaining water and wastewater treatment and pumping facilities on the RCM process and conducting two proof of concept pilot projects, one pilot performed on chemical feed equipment at the Rolling Hills Water Treatment Plant and one pilot performed on a pump station at the Village Creek Wastewater Treatment Plant. The consultant will perform staff training, facilitate the pilot studies, generate recommended fixed interval maintenance activities based on the analysis from the pilot studies, and present their findings in an oral and written report. MIWBE - A waiver of the goal for M/WBE subcontracting requirements was requested by the Water Department and approved by the MfWBE Office because the purchase of goods or services is from source (s) where subcontracting or supplier opportunities are negligible. Logname: 60PILOT PROGRAM Page I of 2 FISCAL INFORMATIONICERTIFICATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated, of the Water and Sewer Operating Budget. TO Fund/AccountlCenters FROM Fund/AccountlCenters PE45 539120 0605004 $62, 000.00 PE45 531200 0705007 62 500.00 Submitted for City Mana�c er's Office b�: Marc A. Ott (8476) Originating Department Head:. S. Frank Crumb (8207) Additional Information Contact: S. Frank Crumb (8207) Logname: 60PILOT PROGRAM Page 2 of 2