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