Loading...
HomeMy WebLinkAboutContract 31932 CITY SECRETARY CONTRACT NO. f PROFESSIONAL SERVICES AGREEMENT This PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH (the "City"), a home rule municipal corporation situated in portions of Tarrant, Denton and Wise Counties, Texas, acting by and through Richard Zavala, its duly authorized Acting Assistant City Manager, and SEACOR PAINTING CORPORATION ("Consultant") a Ohio corporation acting by and through Nick D. Frangos, its duly authorized President. 1. SCOPE OF SERVICES. Consultant hereby agrees to provide the City with professional painting services. Such services are addressing City of Fort Worth communication towers and monopoles. Attached hereto and incorporated for all purposes incident to this Agreement is Exhibit A describing the scope of work and Exhibt B FAA Regulations. - 2. TERM. This Agreement shall commence upon the date that both the City and Consultant have executed this Agreement ("Effective Date") and shall continue in full force and effect until terminated in accordance with the provisions of this Agreement or when the City provides Consultant with written notice that Consultant has fulfilled its obligations under this Agreement and that Consultant's services are no longer required. 3. COMPENSATION. The City shall pay Consultant an amount not to exceed $49,700 in accordance with the provisions of this Agreement. Consultant shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in writing the additional costs for such services. The City shall not be liable for any additional expenses of Consultant not specified by this Agreement unless the City first approves such expenses in writing. 4. TERMINATION. 4.1. Written Notice. The City or Consultant may terminate this Agreement at any time and for any reason by its 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 the City in any fiscal period for any payments due hereunder, City will notify Consultant 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 the City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds shall be been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, the City shall pay Consultant for services actually rendered as of the effective date of termination and Consultant shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Consultant hereby warrants to the City that Consultant has made full disclosure in writing of any existing or potential conflicts of interest related to Consultant's services and proposed services with respect to the Scope of Services. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Consultant hereby agrees immediately to make full disclosure to the City in writing. Consultant, for itself and its officers, agents and employees, further agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City. 6. RIGHT TO AUDIT. Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of the consultant involving transactions relating to this Contract. Consultant agrees that the City shall have access during normal working hours to all necessary Consultant facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Consultant reasonable advance notice of intended audits. Consultant further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall, until expiration of three (3) years after final payment of the subcontract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice of intended audits. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Consultant shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Consultant 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, contractors and subcontractors. Consultant acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Consultant, its officers, agents, employees, servants, contractors and subcontractors. Consultant further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Consultant. 8. LIABILITY AND INDEMNIFICATION. CONSULTANT SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE ANDIOR 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 CONSULTANT, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. CONSULTANT COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) ANDIOR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF CONSULTANT, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 9. ASSIGNMENT AND SUBCONTRACTING. Consultant shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of the City. If the City grants such consent, the assignee or subcontractor shall execute a written agreement with the City under which the assignee or subcontractor agrees to be bound by the duties and obligations of Consultant under this Agreement. 10. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS. Consultant agrees to comply with all federal, state and local laws, ordinances, rules and regulations. Specifically, Consultant shall adhere to the FAA Guidelines 'ADVISORY CIRUCULAR AC 70/7460-1 K OBSTRUCTION MARKING AND LIGHTING' as set forth in Exhibit B, attached hereto and made a part of this Agreement for all purposes herein. If the City notifies Consultant of any violation of such laws, ordinances, rules or regulations, Consultant shall immediately desist from and correct the violation. 11. NON-DISCRIMINATION COVENANT. Consultant, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Consultant'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-discrimination covenant by Consultant, its personal representatives, assigns, subcontractors or successors in interest, Consultant agrees to assume such liability and to indemnify and defend the City and hold the City harmless from such claim. 12. 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 THE CITY: To CONSULTANT: City of Fort Worth/IT Solutions Seacor Painting Corporation 1000 Throckmorton P.O. Box 588 Fort Worth TX 76102-6311 98 Creed Circle Campbell, Ohio 44405 Facsimile: (817) 871-8654 Facsimile: (330) 750-1407 4 13. SOLICITATION OF EMPLOYEES. Neither the City nor Consultant shall, during the term of this agreement and additionally 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. 14. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, the City does not waive or surrender any of its governmental powers. 15. NO WAIVER. The failure of the City or Consultant 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 the City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 16. CONSTRUCTION. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis 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. 17. 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. 18. FORCE MAJEURE. The City and Consultant 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 (force majeure), 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. 19. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 20. 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 shall not be employed in the interpretation of this Agreement or exhibits hereto. 20. ENTIRETY OF AGREEMENT. This Agreement, including the schedule of exhibits attached hereto and any documents incorporated herein by reference, contains the entire understanding and agreement between the City and Consultant, 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. IN WITNE F WHEREOF, the parties hereto have executed this Agreement in multiples this 'da of u-Q _ , 2005. CITY OF FORT WORTH: SECOR PAIN-PING CORPORATION �C]L& Q By: By:_ Ri hard Zavala Nick D. Frangos Acting Assistant City Manager President ATTEST: ATTEST: By: y V6id By City Secretary CS APPROVED AS TO FORM AND LEGALITY.- il_i�IoLLa Assistant City Attorney ,& a(c 015- 77. EXHIBIT A 2.0 TOWERS AND MONOPOLES Listed are the towers and monopoles that need to be painted. The City is under no obligation to have ALL the listed structures painted, and reserves the right to remove any of the structures from the list at any time. MILESTONE SITE NAME AND STRUCTURE TYPE STRUCTURE COST ADDRESS HEIGHT 1 Bolt Street Guyed Tower 62 m $6,000.00 3000 W. Bolt Street Fort Worth, TX 2 Holly Guyed Tower 111 m $11,300.00 1519 11"'Avenue Fort Worth, TX 3 Levee Guyed Tower 126 m $12,200.00 699 Congress Fort Worth TX 4 Rolling Hills Guyed Tower 129 m $13,400.00 2500 SE Loop 820 Fort Worth, TX 5 South Side Service Guyed Tower 67 m $6,800.00 Center 4100 Columbus Trail Fort Worth, TX 2.0 MILESTONE PAYMENTS Payments will be made once a tower is completed and inspected. EXHIBIT B Referring to FAA documents for specifics related to the painting of communication structures: 2.0 FAA Guidelines ('ADVISORY CIRCULAR AC 70/7460-1K OBSTRUCTION MARKING AND LIGHTING 2.1 PURPOSE This Chapter provides recommended guidelines to make certain structures conspicuous to pilots during daylight hours. One way of achieving this conspicuity is by painting and/or marking these structures. Recornmendations on marking structures can vary depending on terrain features, weather patterns, geographic location, and in the case of wind turbines, number of structures and overall layout of design. 2.2 PAINT COLORS Alternate sections of aviation orange and white paint should be used as they provide maximum visibility of an obstruction by contract in colors. 2.3. PAINT STANDARDS The following standards should be followed. To be effective, the paint used should meet specific color requirements when freshly applied to a structure. Since, all outdoors paints deteriorate with time and it is not practical to give a maintenance schedule for all climates, surfaces should be repainted when the color changes noticeably or its effectiveness is reduced by scaling oxidation, chipping, or layers of contamination. 2.3.1 Materials and Application. Quality paint and material should be selected to provide extra years of service. The paint should be compatible with the surfaces to be painted, including any previous coatings, and suitable for the environmental conditions. Surface preparation and paint application should be in accordance with manufacturer's recommendations. 2.3.2 Surfaces Not Requiring Paint. Ladders, decks, and walkways of steel towers and similar structures need not be painted if a smooth surface presents a potential hazard to maintenance personnel. Paint may also be omitted from precision critical surfaces if it would have an adverse effect on the transmission or radiation characteristics of a signal. However, the overall marking effect of the structure should not be reduced. j 2 2.3.3 Skeletal Structures. Complete all marking/painting prior to or immediately upon completion of construction. This applies to catenary support structures, radio and television towers, and similar skeletal structures. To be effective, paint should be applied to all inner and outer surfaces of the framework. 2.4 Paint Patterns Paint patterns of various types are used to mark structures. The pattern to be used is determined by the size and shape of the structure. The following patterns are recommended. 2.4.1 Alternate Bands. Alternate bands of aviation orange and white are normally displayed on the following structures: 1. Communication towers and catenary support structures. 2. Poles. 3. Smokestacks 4. Skeletal framework of storage tanks and similar structures. 5. Structures which appear narrow from a side view, that are 10.5 feet (3.2m) or more across and the horizontal dimension is less than the vertical dimension. 6. Wind turbine generator support structures including the nacelle or generator housing. 7. Coaxial cable, conduits, and other cables attached to the face of a tower. 2.4.2 Color Band Characteristics. Bands for structures of any height should be: 1. Equal in width, provided each band is not less than 1 1/2 feet (0.5m) or more than 100 feet (31m) wide. 2. Perpendicular to the vertical axis with the bands at the top and bottom ends colored orange. 3. An odd number of bands on the structure. _„ 3 4. Approximately one-seventh the height if the structure is 700 feet (214m) AGL or less. For each additional 200 feet (61m) or fraction thereof, add one (1) additional orange and one (1) additional white band. 5. Equal and in proportion to the structure's height AGL. Structure Height to Bandwidth Ratio If a Structure is: Greater Than __ But Not More Than Band Width 10.5 feet 700 feet 1/7 of height 3.2m) 701 feet 900 feet 1/9 of height 214m 275m) 901 feet 1,100 feet 1/11 of height 275m 336m _ 1,100 feet 1,300 feet 1/13 of height 336m) 397m 2.5 Unusual Complexities The FAA may also recommend appropriate marking in an area where obstructions are so grouped as to present a common obstruction to air navigation. 3.0 MARKING AND LIGHTING EQUIPMENT AND INFORMATION 3.1 PURPOSE This Chapter lists documents relating to obstruction marking and lighting systems and where they may be obtained. 3.2 PAINT STANDARD Paint and aviation colors/gloss, referred to in this publication should conform to Federal Standard FED-STD-595. Approved colors shall be formulated without the use of Lead, Zinc Chromate or other heavy metals to match International Orange, White and Yellow. All coatings shall be manufactured and labeled to meet Federal Environmental Protection Act Volatile Organic Compound(s) guidelines, including the National Volatile Organic Compound Emission Standards for architectural coatings. 3.2.1 Exterior Acrylic Waterborne Paint. Coating should be a ready mixed, 100% acrylic, exterior latex formulated for application directly to galvanized surfaces. Ferrous iron and steel or non- galvanized surfaces shall be primed with a manufacturer recommended primer compatible with the finish coat. 3.2.2 Exterior Solvent Borne Alkyd Based Paint. Coating should be ready mixed, alkyd-based, exterior enamel for application directly to non-galvanized surfaces such as ferrous iron and steel. Galvanized surfaces shall be primed with a manufacturer primer compatible with the finish coat. Paint Standards Color Table _ COLOR_ NUMBER Orme _ 12197 White 17875 Yellow 13538 Note — 1. Federal specification T1-P-59, aviation surface paint, ready mixed international orange. 2. Federal specification T1-102, aviation surface paint, oil titanium zinc. 3. Federal specification T1-102, aviation surface paint, oil exterior, ready mixed, white and light tints. 4.0 AVAILABILITY OF SPECIFICATIONS Federal specifications describing the technical characteristics of various paints and their application techniques may be obtained from: GSA — Specification Branch 470 L'Enfant Plaza Suite 8214 Washington, DC 20407 Telephone: (202) 619-8925 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 4/26/2005 DATE: Tuesday, April 26, 2005 LOG NAME: 13PO4-0159 REFERENCE NO.: **P-10123 SUBJECT: Authorize a Purchase Agreement with Seacor Painting Corporation for Painting Services for Communication Towers and Monopoles for the Information Technology Solutions Department RECOMMENDATION: It is recommended that the City Council authorize the City Manager to enter into a purchase agreement with Seacor Painting Corporation for painting services for the City's communication towers and monopoles for a total cost of$49,700.00. DISCUSSION: The City of Fort Worth is obligated by Federal Aviation Administration (FAA) guidelines (re: obstruction marking and lighting) to maintain the paint on its communication towers. The communication tower structures must be visibly conspicuous to pilots during daylight hours. Additionally, painting the towers helps to maintain and extend the life of the tower by sealing out the elements from the steel structure thus lowering the oxidation rate that would weaken the structure. An Invitation to Bid (ITB) for the procurement of tower painting services was issued in August 2004. The scope of the procurement listed towers that may need to be painted per FAA guidelines. The FAA guidelines include the type of paint that will be used, the surfaces that should be painted and application of the paint to provide the highest level of visibility. Only one vendor, Seacor Painting Corporation responded to the ITB. Seacor has extensive experience painting steel transmission towers, poles, and microwave towers. The proposed agreement is for Seacor to paint the following communication towers: Site Cost Bolt Street $6,000.00 Holly Treatment Plant $11,300.00 Levee $12,200.00 Rolling Hills $13,400.00 Southside Service Center $6,800.00 Total $49,700.00 As each tower is completed and then inspected by the City of Fort Worth's Information Technology Solutions Department (IT Solutions), payment to Seacor will be made. BID ADVERTISEMENT — The Invitation to Bid was advertised in the Commercial Recorder_ on August 18 and 25, 2004. Logname: 13PO4-0159 Pagel of 2 M/WBE- The ITB did not include M/WBE requirements. After bid opening, Seacor Painting Corporation was provided the required M/WBE documents and submitted its M/WBE commitment and forms to the City within 5 days of receipt of the M/WBE requirement. Seacor Painting Corporation committed to 7.4% M/WBE participation. Supply opportunities are limited to purchasing paint, which Seacor has arranged with a certified M/WBE from the City's database. Both the Department of Law and the M/WBE Office have reviewed and approved this action. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated, of the Information Systems Fund. BQN\04-0159\LGS TO Fund/Account/Centers FROM Fund/Account/Centers- P168 539120 0046020 $49,700.00 Submitted for City Manager's Office by: Richard Zavala (Acting) (6222) Originating Department Head_ Jim Keyes (8517) Pete Anderson (8781) Additional Information Contact: Robert Combs (8357) Pete Anderson (8781) Logname: 13PO4-0159 Page 2 of 2