Loading...
HomeMy WebLinkAboutContract 55922City Secretary Contract No. � � � � � I ��� ����� CONTRACTOR SERVICES AGREEMENT DFW Environmental Health Services, LLC. 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 its duly authorized Assistant City Manager, and DFW ENVIRONMENTAL HEALTH SERVICES, LLC ("Contractor"), a TEXAS DOMESTIC LIMITED LIABILITY COMPANY and acting by and through its duly authorized representative, each individually referred to as a"party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: L This Contractor Services Agreement; 2. Exhibit A— Scope of Services; 3. Exhibit B— Price Schedule; 4. Exhibit C— Verification of Signature Authority Form. 5. Exhibit D— Chapter 252 Exemption Form Exhibits A, B and C, 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, B or C 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 will provide mosquito surveillance by trapping and collecting mosquitos, transporting them for testing and provide consulting services based on their findings. ("Services"), which are set forth in more detail in Exhibit "A," attached hereto and incorporated herein for all purposes. 2. Term. This Agreement begins on April 1, 2021 ("Effective Date") and expires on March 31, 2022 (`Bxpiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City will 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 option(s) (each a"Renewal Term"). 3. Compensation. City will pay Contractor in accordance with the provisions of this Agreement, including Exhibit "B," which is attached hereto and incorporated herein for all purposes. Total compensation under this Agreement will not exceed One-Hundred Fifty-Thousand Dollars ($150,000.00) per year. Contractor will 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 will not be liable for any additional expenses of Contractor not specified by this Agreement unless City first approves such expenses in writing. Contractor Services Agreement OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Termination. 4.1. Written Notice. City or Contractor may terminate this Agreement at any time and far any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-a�pro�riation 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 will 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 will pay Contractor for services actually rendered up to the effective date of termination and Contractor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Contractor will 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 will return all City provided data to City in a machine readable format or other format deemed acceptable to City. 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 will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third parry without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Contractor. It will be the responsibility of Contractor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Contractor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Contractor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Contractor will, in good faith, use all commercially reasonable efforts to cooperate with City Contractor Services Agreement Page 2 of 14 in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unautharized disclosure. 6. Right to Audit. Contractor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, 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 will have access during normal working hours to all necessary Contractor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Contractor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Contractor will 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 will 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, Contractors, and subcontractors. Contractor acknowledges that the doctrine of respondeat superior will not apply as between City, its ofiicers, agents, servants and employees, and Contractor, its officers, agents, employees, servants, contractors, and subcontractors. Contractor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Contractor. It is further understood that City will in no way be considered a Co-employer or a Joint employer of Contractor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Contractor, nor any officers, agents, servants, employees, contractors, or subcontractors of Contractor will be entitled to any employment benefits from City. Contractor will 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, contractors, or contractors. Liabilitv and Indemnification. 8.1 LIABILITY - CONTRACTOR WILL 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, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 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 OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS (INCLUDINGALLEGED DAMAGE OR LOSS TO CONTRACTOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANYAND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CA IISED B Y THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. Contractor Services Agreement Page 3 of 14 83 INTELLECTUAL PROPERTY INDEMMFICATION — Contractor agrees to defend, settle, or pay, at its own cost and eapense, 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 provided by the Contractor in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will 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 will 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 will 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 will 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 will fully participate and cooperate with City in defense of such claim or action. 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 will 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 will, 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. Assi�nment and Subcontracting. 9.1 Assi n� ment. Contractor will 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 will 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 will be 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, the subcontractor will execute a written agreement with Contractor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Contractor under this Agreement as such duties and obligations may apply. Contractor must provide City with a fully executed copy of any such subcontract. Contractor Services Agreement Page 4 of 14 10. Insurance. Contractor must 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 Services pursuant to this Agreement: 10.1 Covera�e and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis �) Coverage will be on any vehicle used by Contractor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle" will be any vehicle owned, hired and non-owned. (c) Worker's Compensation: Statutory limits accarding to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability 10.2 $100,000 - $100,000 - $500,000 - General Requirements Bodily Injury by accident; each accident/occurrence Bodily Injury by disease; each employee Bodily Injury by disease; policy limit (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy must 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 must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium. Notice must 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 Contractor Services Agreement Page 5 of 14 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 will not constitute a waiver of the insurance requirement. (� Certificates of Insurance evidencing that Contractor has obtained all required insurance will 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 agrees that in the performance of its obligations hereunder, it will 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 must immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Contractor, for itself, its personal representatives, assigns, contractars, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor's duties and obligations hereunder, it will 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-DISCRIMINATION COVENANT BY CONTRACTOR, ITS PERSONAL REPRESENTATNES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, CONTRACTOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will 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: City of Fort Worth Attn: Assistant City Manager 200 Texas Street Fort Worth, TX 76102-6314 Facsimile: (817) 392-8654 To CONTRACTOR: DFW ENVIRONMENTAL SERVICES, LLC. Attn: Dr. Joon Lee, CEO 5513 Bandelier Trail Fort Worth, Texas 76137-4967 8682-205-0772 With copy to Fort Worth City Attorney's Office at same address HEALTH 14. Solicitation of Emplovees. Neither City nor Contractor will, 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. Contractor Services Agreement Page 6 of 14 Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. 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 does not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law / Venue. This Agreement will 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 will 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. Severabilitv. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be affected ar impaired. 19. Force Maj eure. City and Contractor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay ar 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; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will 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 normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will 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 will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts and each Contractor Services Agreement Page 7 of 14 counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. Warranty of Services. Contractor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirry (30) days from the date that the services are completed. In such event, at Contractor's option, Contractor will 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. 25. Immigration Nationality Act. Contractor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibiliry Verification Form (I-9). Upon request by City, Contractor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractar must 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 WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Contractor, will have the right to immediately terminate this Agreement for violations of this provision by Contractor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City will 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 will 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 will 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. 27. Signature Authoritv. The person signing this Agreement hereby warrants that they have 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 Contractar. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Companv Name or Ownership. Contractor must 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. Contractor Services Agreement Page 8 of 14 29. No Bovcott of Israel. If Contractor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Contractor acknowledges that in accordance with Chapter 2271 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 veriiication 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" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, 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 Agreement. 30. Electronic Si�natures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf iile ar facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 31. Entiretv of Agreement. This Agreement, including all attachments and exhibits, 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. (signature page follows) Contractor Services Agreement Page 9 of 14 IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: ualerie wqsl�irr fion B Valerie Washington (Jun 2, 20211326 CDT) Y� Name: Valerie Washington Title: Assistant City Manager Date: 2021 APPROVAL RECOMMENDED: ECr�ce� be-PR,ccC� Elmer DePaula (Jun 25, 20211133 CDT) Y� Name: Elmer DePaula Title: Assistant Director ATTEST: By: `��U ��� Name: Mary Kayser Title: City Secretary CONTRACTOR: ,d'OUbn� b �� ppFoF�Rr�ad y� o o�,p i �° o 0 0 �g o= vo 0 o � o � a d'� ° ° �` ` oa o � d�. °�00000� � DFW ENVIRONMENTAL HEALTH SERVICES, LLC d P J nhakLee(Jun24,202117:00CDT) By: V Name: Dr. Joon Lee Title: CEO Date: 2021 CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Gr.����� 7-�-t�,�2t� B�7; Gwyn�r%Turpen (Jun 25, 02108:36 CDT) Name: Wyndie Turpen Title: Code Compliance Superintendent APPROVED AS TO FORM AND LEGALITY: c��..��.� By: Name: Christopher Austria Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 21-0433 Form 1295: 2021-754356 Contractor Services Agreement OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City Secretary Contract No. EXHIBIT A SCOPE OF SERVICES CONTRACTOR RESPONSIBILITIES • Provide services during sampling and testing season (May 1 through Oct31). ■ Equipment shall be provided by the City and shall be collected beforethe sampling/testing season starts. ■ Provide Consumer Health (CH) customer service from 7:OOAM to 7:OOPM, 7 days a week, with the exclusion of City of Fort Worth holidays. This will include phone, email, and text. ■ Be identifiable as a City of Fort Worth Mosquito Surveillance Team while conducting all activities within the citylimits. ■ The City shall provide the following to be identified: • Yellow safety vests with "Mosquito Surveillance Team" labeled on the vests. • Identifying magnets forvehicles. ■ Be provided sampling locations by CH in Excel format. If the locations need to be moved, then CH will be advised and consulted. Requests shall be approved within 24- 48 hours. Gravid Trap Water Requirements • Prepare and maintain gravid trap water during the testing season. Storage location can be provided by Consumer Health if needed. Trapping and Collection EquipmentRequirements • Collect all trapping and collection equipment from CH at the beginning ofthe mosquito trapping season. ■ The equipment can be collected at the Hazel Harvey Peace Center, 818 Missouri Ave, Fort Worth TX, 76104 ■ The City shall provide the followingequipment: • Gravid traps • Water basins • Gravid trap nets • Rechargeable batteries for the gravid traps • Battery charging cable ■ The Contractor shall be able to use any additional equipment not provided by the City. The Contractor shall be responsible if any oftheir own equipment gets damaged/lost/stolen. The City shall not provide compensation. • Maintain the labelling of the trapping equipment that indicates what it is and that it is a CFW trap. • Obtain sample submission forms from Consumer Health and will fill/submit them on a weekly basis. • Obtain sample submission containers from TCPHD as needed and will continue throughout the trapping season. • Clean and store all gravid traps at Contractor's location during thetesting season. If needed, Consumer Health can provide a location for storage. • If able to, contractor shall provide the location of where the gravid traps willbe during the testing seasons. • Return all equipment at the end of the trapping season to CH for winter storage. Contractor Services Agreement Page 11 of 14 • Work with Consumer Health Specialists (CHS) to have adequate operating equipment at all times. • House and keep the trap batteries provided by the City charged during the testing season. • Notify CH if new batteries are needed. • Take any TCPHD traps that need repair to their facility and pick up when ready. • The Contractor shall make an appointment with TCPHD for any traps that need repair. Trapping and Sample Submission Requirements • Set all traps as assigned by Consumer Health. • Pick up all traps as assigned by ConsumerHealth. • Transfer mosquitoes to the submission containers and label appropriately • Deliver appropriately labeled samples to TCPHD once a week on assigned day. • Notify CH when the samples are submitted to TCPHD eachweek. • Keep weekly excel files of trap data as directed byCH. Positive Human WNV case Consultation • Respond within 24 hours to West Nile Virus Human Illness cases as requested byCH. • Set additional traps at the case sites if requested by CH and have them tested with a commercial laboratory. • Sort and identify mosquito down to sex and species for supplemental testing. Positive Trap Consultation • Offer vector index calculations for all positive results at time of notificationand update CH. City Secretary Contract No. EXHIBIT B PAYMENT SCHEDULE Vendor Services Agreement Page 13 of 14 EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY DFW ENVIRONMENTAL HEALTH SERVICES LLC 5513 BandelierTrail Fort Worth, TX 76137 Execution of this Signature Verification Form ("Form") hereby certifes 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. Name: DR. JOON LEE Position: Principal Consultant and Managing Member 5���� Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: ��i�l:'ll� Signature of President / CEO �t110Y Tltle: Principal Consultant and Managing Member Date: EXHIBIT D CHAPTER 252 EXPEMPTION FORM FORT WURTH CITY OF FORT WORTH CHAPTER 252 EXEMPTION FORM Instructions: Fill out the entire form with detailed information. Once you have completed this form, provide it to the Purchasing attorney for review. The attorney will review the information you have provided to determine whether an exemption to Chapter 252's biding requirements is defensible. If you are printing this form to provide to Legal, please do not provide the Primer portion. Failure to provide sufficient information may result in follow up questions and cause a delay in the attorney's determination. Section 1: General Information Requesting Department: Name of Contract Manager: Department's Attorney: Item or Service sought: Goods: Service: Anticipated Amount: Vendor: f Code Com�liancel f Wyndie Turpenl jChris Austria n � I$1 so,000� jDFW Environmental Health Services, LLCI Current/Prior Agreement for item/service: Yes � No ❑ CSC or Purchase Order #: Amount: Projected M&C Date: 52405 �$220,0001 [c-29108] How will this item or service be used? The Contractor will �rovide mosquito surveillance bv tra�pin� and collectin_g mosc�uitoes on a weeklv basis, and, trans�ort them to the Tarrant Countv Public Health Department for testin� of West Nile Virus and St. Louis Ence�halitis. The Contractor will also provide consultation services which will include a�ropriate response actions for anv nositive tests results received and for anv human nositive cases. Page 1 of 6 Section 2: Claimed Exemption and Justification (Other than sole source) NOTE - For a claimed sole-source exemption, complete Section 3. Please indicate the non-sole-source exemption you believe applies to the purchase and provide information to support its applicability. Please refer to the Exemption Primer for detailed information about common exemptions: � A procurement necessary to preserve or protect the public health or safety of the City of Fort Worth's residents; [] A procurement necessary because of unforeseen damage to public machinery, equipment, or other property; [] A procurement for personal, professional, or planning services; [� A procurement for work that is performed and paid for by the day as the work progresses; [� A purchase of land or a right-of-way; [� Paving drainage, street widening, and other public improvements, or related matters, if at least one-third of the cost is to be paid by or through special assessments levied on property that will benefit from the improvements; [� A public improvement project, already in progress, authorized by the voters of the municipality, for which there is a deficiency of funds for completing the project in accordance with the plans and purposes authorized by the voters; [� A payment under a contract by which a developer participates in the construction of a public improvement as provided by Subchapter C, Chapter 212; [� Personal property sold: • at an auction by a state licensed auctioneer; • at a going out of business sale held in compliance with Subchapter F, Chapter 17, Business & Commerce Code; • by a political subdivision of this state, a state agency of this state, or an entity of the federal government; or • under an interlocal contract for cooperative purchasing administered by a regional planning commission established under Chapter 391; [] Services performed by blind or severely disabled persons; [� Goods purchased by a municipality for subsequent retail sale by the municipality; [� Electricity; or Page 2 of 6 [� Advertising, other than legal notices. Please provide details and facts to eXplain why you believe the eXemption applies to the purchase. You may also attach documentation to this form. [Please see the document- Fort Worth Mosqutio Surveillance for trapping and testing. Section 3: Claimed Sole-Source Exemption and Justification NOTE - For any non-sole-source eXemption, complete Section 2. Please indicate the sole-source exemption you believe applies to the purchase and provide information to support its applicability. Please refer to the Exemption Primer for detailed information about common exemptions [� *A procurement of items that are available from only one source, including: • items that are available from only one source because of patents, copyrights, secret processes, or natural monopolies; • films, manuscripts, or books; • gas, water, and other utility services; • captive replacement parts or components far equipment; • books, papers, and other library materials far a public library that are available only from the persons holding exclusive distribution rights to the materials; and • management services provided by a nonprofit organization to a municipal museum, park, zoo, or other facility to which the organization has provided significant financial or other benefits; How did you determine that the item or service is only available from one source? jEXPLAIN HOW YOU DETERMINED EXCEPTION APPLIES (RESEARCH, COMMUNICATIONS. DOCUMENTATIONII Attach screenshots and provide an explanation of any independent research you conducted, through internet searches, searching cooperatives, or discussions with others knowledgeable on the subject matter that corroborate that the item is available only from a single source. f SHOW YOUR RESEARCH/WORK THAT LEAD TO YOUR CONCLUSIONI Did you attach a sole source justification letter? ❑ Yes ❑ No Page 3 of 6 Describe the uniqueness of the item or service (e.g. compatibility or patent issues, etc.). jDESCRIBE THE UNIQUNESS OF THE ITEM/SERVICE THAT QUALIFIES IT AS A SOLE SOURCE Section 4: Attornev Determination With the facts provided by the department, is the use of the claimed exemption defensible if the City were to be challenged on this purchase? � Yes [] No. Was there anything attached to this form that was relied on in making this determination? � Yes [] No. If yes, please explain: Separate scope of work document referenced above. Was there anything not included on this form or attached hereto that was relied on in making this determination? [] Yes � No. If yes, please explain: [EXPLAIN OUTSIDE SOURCE OF INFORMATION] Will the standard terms and conditions apply? � Yes [] No. Will the contract require special terms? [] Yes � No. Will the contract require review by the department attorney? � Yes ❑ No. Approved By: � �'� Date: 5.17.21 ylor Paris / Jessika Williams Assistant City Attorney Page 4 of 6 EXEMPTION FORM PRIMER Below are explanations and examples of common exemptions that could apply to City purchases. If you have questions about the information provided or need additional information, please contact your department's assigned attorney or the appropriate purchasing attorney. 1. A procurement necessary to preserve or protect the public health or safety of the municipality's residents; Examples of activities that have been found to fall within this exception include ambulance services; solid waste collection and disposal; and first-responder safety equipment such as breathing apparatus for firefighters and bullet-proof vests for police officers. 2. A procurement necessary because of unforeseen damage to public machinery, equipment, or other property; Examples of this type of procurement would include repairing or replacing roofs and windows damaged by hail or a tornado. But parts and services far routine maintenance or replacement of old, worn out roofs or windows would not meet this exception. 3. A procurement for personal, professional, or planning services; Personal services are ones that are unique to the individual providing them. Therefore personal services contract cannot generally be subcontracted or assigned. Professional services are not defined under Chapter 252, so there is no precise definition to follow. There is no universal deiinition of this term, however, "several cases suggest that it... is `predominately mental or intellectual, rather than physical or manual."' Tex. Atty Gen Op. JM-940 (1988) (quoting Maryland Casualty Co. v. Cray Water Co., 160 S.W. 2d 102 (TeX. Civ. App.—Eastland 1942, no writ). The TeXas Attorney General has also opined that "professional services" no longer includes only the services of lawyers, physicians, or theologians, but also those members of disciplines requiring special knowledge or attainment and a high order of learning, skill, and intelligence. Id. Facts needed to support a professional service exemption include the specialized requirements of that profession and the mental and intellectual skill required by the person while performing the service. Purchases of goods are not professional services. 4. A procurement of items that are available from only one source. This exemption is commonly referred to as the sole source exemption. In determining whether a purchase is of a good or service that is available from one source, you should not consider price or time to receive the good or service. A sole source does not exist solely on the basis of personal or departmental preference or a desire to keep all units the same brand or make. The information needed to support this exemption is that no other provider Page 5 of 6 can provide the service or category of good except for the vendor you are proposing. Some examples of sole source purchases include service agreements when only one vendor is authorized to work on the equipment by the manufacturer and allowing another vendor would void the warranty; purchase of a good that is copyrighted or trademarked and only provided by one vendor. Page 6 of 6 6/24/2021 M&C Review CITY COUNCIL AGENDA FORT� I1 DATE: 6/22/2021 REFERENCE**M&C 21- LOG 23DFWENVIROMENTALHEALTH\WNV NO.: 0433 NAME: MOSQUITO SURVEILLANCE 2021 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of a Services Agreement with DFW Environmental Health Services, LLC for West Nile Virus Mosquito Surveillance and Consulting in an Amount Not to Exceed $150,000.00 Per Year and Authorize Four Annual Renewal Options RECOMMENDATION: It is recommended that the City Council authorize the execution of a services agreement with DFW Environmental Health Services, LLC to continue the City's mosquito surveillance effort to reduce the risk of human exposure to the West Nile Virus in an amount not to exceed $150,000.00 per year and authorize four annual renewal options. DISCUSSION: Since 2009, the City discontinued its mosquito surveillance program which systematically collected mosquito samples in Fort Worth for further testing by Tarrant County Public Health (TCPH). Because of budgetary reasons and the historic low risk to human exposure to viruses that cause West Nile Virus, Zika, and Chikungunya the mosquito surveillance program was eliminated. In 2012, during the West Nile Virus epidemic, Tarrant County Public Health reported a total of 81 human cases and 4 deaths due to West Nile Virus (WNV) in Fort Worth. In several subsequent years the city experienced a low virus activity; but in 2020 mosquitoes infected with WNV reached an all-time high — reference table below: � Year Positive WNV Mosquito Confirmed WNV Human Samples Cases 2012 2013 2014 2015 2016 2017 2018 2019 16 5 38 127 102 62 48 8 � L•'� 10 16 4 3 2020 135 7 Source: Code Compliance and Tarrant County Public Health Since 2013 increased mosquito surveillance through the city's partnership with Dr. Joon Lee of the University of North Texas Health Science has undoubtedly increased the significance of the city's citizen response as staff has been able to educate the community on how to prevent mosquito borne diseases as well as target the areas of high virus activity with public education, larvicide, and targeted mosquito spray missions. All of that, in an effort to reduce the risk of human exposure to mosquito viruses. Moreover, heightened public concerns about emerging mosquito borne diseases such as Zika, Chikungunya, and Dengue are likely to increase, pushing the demand for sustainable mosquito surveillance, supplemental testing and focused community outreach program. apps.cfwnet.org/council_packet/mc_review.asp? I D=28982&cou ncildate=6/22/2021 1/2 6/24/2021 M&C Review The 2021 WNV response plan and activities includes a services agreement between the City and DFW Environmental Health Services LLC, a corporation founded by Dr. Joon Lee. This agreement will not exceed $150,000.00. It addresses the need for a sustainable mosquito surveillance program and continues evidence-based WNV and other mosquito borne disease responses. A summary of the scope of work that Dr. Lee will provide is highlighted below: Mosquito Surveillance -(Trapping and processing of mosquitoes) DFW Environmental Health Services LLC as our provider will be responsible for conducting mosquito surveillance activities and reporting outcome of the activities to the City on a weekly basis for proper response; Mosquito Sample Data -(Analysis and reporting) DFW Environmental Health Services LLC as our provider will be responsible for the analysis and reporting of the mosquito sample results to the City for proper response; and Supplemental West Nile Virus Laboratory Testing - The City will continue the partnership with the TCPH (Lab). DFW Environmental Health Services LLC will be responsible for working with the laboratory to have the mosquitoes tested as needed. Business Equity: A waiver of the goal for M/WBE subcontracting requirement is approved by the Office of Business Diversity, in accordance with the M/WBE or BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the General Fund to support the approval of the above recommendation and authorization of the agreement. Prior to any expenditure being incurred, the Code Compliance Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Valerie Washington (6199) Brandon Bennett (6322) David B. Carson (6336) apps.cfwnet.org/council_packet/mc_review.asp? I D=28982&cou ncildate=6/22/2021 2/2