HomeMy WebLinkAboutContract 43722coin( OF 1; c RI WORTH, 111:
"litrV 2 FT ,..cam
COM)" -tfrAct ttt\lr
STANDARD AGREEMENT FOR PRIG •FSSHON SER RC IHS
This AGREEMENT is between the City of Fort Wort, a Texas home -rule municipality
(the "CITY"), and Compliance Partners, Inc., authorized to do business in Texas, an
independent contractor ("Consultant"), for a PROJECT generally described as: Air Permit
Management Services for the Village Creek Water Reclamation Facility.
Article I
Scope of Services
(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 Air Permit Management Services for the
Village Creek Water Reclamation Facility.
(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.
Arcade II
Compensation
Consultant shall be compensated 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".
However the total fee paid by the City shall not exceed a total of $37,700 00 unless the
City and the Consultant mutually agree upon a fee amount for additional services and
amend this Agreement accordingly.
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
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.
City of Fort Worth, Texas
Standard Agreement for Professional Services
PMO Official Release Date: 08/09/2012
Page 1 of 8
•
10-00-1 2 P05 : 01 IN
OFFICIAL itlECORE
CITY SECRETARY F
T, WORTH, T�
Article III
Term
Unless terminated pursuant to the terms herein, this Agreement shall be for a term of
eighteen (18) months, beginning upon the date of its execution, or until the completion of the
subject matter contemplated herein, whichever occurs first.
Article IV
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 V
Professional Competence and Indemnification
(1) 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.
(2) In accordance with Texas Local Government Code Section 271.904, the Consultant
shall indemnify, hold harmless, and defend the City against liability for any damage
caused by or resulting from an act of negligence, intentional tort, intellectual
property infringement, or failure to pay a subcontractor or supplier committed by the
Consultant or Consultant s agent, consultant under contract or another entity over
which the Consultant s exercises control.
City of Fort Worth, Texas
Standard Agreement for Professional Services
PMO Official Release Dale: 08/09/2012
Page 2 of 8
Article VI
Insurance
(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 Be $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
(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 City of Fort Worth Water
Department, Attention Madelene Rafalko, PE, 1000 Throckmorton, 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.
City of Fort Worth, Texas
Standard Agreement for Professional Services
PMO Official Release Date: 08/09/2012
Page 3of8
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.
la
Inthe 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 VII
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 VIII
Termination of Contract
(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
City of Fort Worth Texas
Standard Agreement for Professional Services
PMO Official Release Date: 08/09/2012
Page 4 of 8
commence correction of such nonperformance with 5 days of written notice and
diligently complete the correction thereafter
(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 compensate Consultant based upon calculations in Article
2 of this Agreement and Exhibit "B" attached hereto and incorporated herein.
(3) All reports, whether partial or complete, prepared under this Agreement, including
any original drawings or documents, 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 IX
Right to Audit
(1) 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.
(2) 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 sub -consultant, involving transactions to the subcontract, and
further, that City shall have access during normal working hours to all sub -
consultant 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 sub -consultant reasonable advance notice of intended
audit.
(3) Consultant and sub -consultants 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.
City of Fort Worth, Texas
Standard Agreement for Professional Services
PMO Official Release Date: 08/09/2012
Page 5 of 8
Article X
Minority Business and Small Business Enterprise (MBE)(SBE) Participation
In accordance with the City's Business Diversity Enterprise Ordinance No 20020-12-2011,
as amended, the City has goals for the participation of minority business enterprises and/or
small business enterprises in City contracts. Consultant acknowledges the MBE and SBE
goals established for this Agreement and its accepted written commitment to MBE and SBE
participation. 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 XI
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 XII
Venue and Jurisdiction
If any action, whether real or asserted, at law or in equity, anses 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 XIII
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
Crty of Fort Worth, Texas
Standard Agreement for Professional Services
PMO Official Release Date: 08/09/2012
Page 6 of 8
interpretation of this Agreement or any amendments or exhibits hereto.
Article XIV
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 XV
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: Water Department
Madelene Rafalko PE
1000 Throckmorton St
Fort Worth, Texas 76102
Consultant:
Compliance Partners, Inc.
Attn: J.C. Wyatt, President
402 E. Avenue G
Midlothian, TX 76065
Article XVI
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
City of Fort Worth, Texas
Standard Agreement for Professional Services
PMO Official Release Date: 08/09/2012
Page 7 of 8
ArtieDo, NVD0
Cwnte rparts
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.
Executed and effective this the
BY:
CITY OF FORT WORTH
Fernando Costa
Assistant City Manager
Date' /a/8 At
APPROVAL RECOMMENDED:
7
e
7.
By: Y 1
S. Frank Crumb, PE
Director, Water Department
av of0
BY:
L NGINEER
Compliance Partners, Inc.
J.C.W ft
y,
President
Date: Q7 �.� Il
APPROVED AS TO FORM AND LEGALITY M&C No
B
Douglas W. Black
Assistant City Attorney
Gtfeb oQ000000
Mary J. Kays
City Secretary_,
City of Fort Worth, Texas
Standard Agreement for Professional Services
PMO Official Release Date: 08/09/2012
Page 8of8
NA
M&C Date: NA
Compliance Partners, Inc.
402 E Avenue G • Midlothian, Texas 76065 • 972-723-9509. 800-779-3063 • Fax 972-723-0964
ATTAC
September 5, 2012
Mr. Jerry Pressley, REM
Environmental Supervisor
City of Fort Worth
4500 Wilma Lane
Arlington, Texas 76012
NT 66A" = SCO
E OF S3RVIkCES
Re: 2012-2013 Professional Services
Scope of Work and Cost Estimate
Dear Jerry.
This document is submitted to provide a scope of work and project cost estimate to the proposed
professional services contract for 2012-2013.
The following services requested by the City shall be provided on a time and materials basis at our
standard rates, not to exceed $37,700.00.
Task 1:
Prepare Emissions Inventory for Fiscal Year 2013 (Due March 31, 2013 for calendar year
2012). The EIQ structure will change when the heat recovery boiler is approved and
installed.
Task 1 will include the following:
a) Gather the required operating hours for combustion sources.
b) Review emission factors for combustion sources.
c) Collection of all data necessary to complete the EIQ submittal forms.
d) Obtain 2012 plant throughput and influent water analysis for Water 9 modeling.
e) Revise form structure, complete and update Emission Inventory forms.
f) Submittal of FY 2013 Emission Inventory Questionnaire to the appropriate TCEQ office.
g) Preparation and submittal of fee basis summary form to TCEQ in timely fashion
Cost for Task 1: $7,000.00
Task 2: Title V Deviation Report / Annual Compliance Certification
Task 2 will include preparation of the 2012-13 annual Compliance Certification and semi-annual
Deviation Reports as required by the conditions of the plant FOP (Federal Operating Permit) Work
involved is expected to include the following:
a) Complete review of plant operations to verify compliance with plant FOP for each reporting
period.
b) Complete Deviation reports in required format for submission to City of Ft. Worth in a timely
manner.
1
c) Complete Annual Compliance Certification in required format and in a timely manner for
submission to City of Ft. Worth.
Cost for Task 2: $1,200.00
Task 3: Title V Permit No. 0-01704 Revision
Task 3 will include the preparation of all documents required to submit a permit revision application to
the TCEQ as required by the 2010-2011 permit renewal Special Terms and Conditions item 1 D & 1 E.
The permit requires Village Creek Wastewater Treatment Plant to comply with the requirements of 40
CFR 63, subpart ZZZZ and 30 TAC Chapter 111, Subchapter C and submit a permit revision application
prior to March 3, 2013 for unit GENG-1 & GENG-2 and by October 19, 2013 for unit SW-1 and SW-2.
This task anticipates completion and submittal of the application at least 180 days prior to the required
compliance date. Elements included in this task include:
a) Meetings with facility staff, as required to collect data for the revised application;
b) Submit permit revision application to City of Ft. Worth for review and submit approved
application to the TCEQ;
c) Respond to TCEQ regarding changes or revisions required in the application during technical
review.
The federal rules cited by this requirement are currently undergoing changes. The timely submittal of the
revised application is intended to allow sufficient time for the City of Fort Worth to schedule and
implement all applicable requirements of the rules before their respective compliance deadlines.
CPI shall provide continuing support to the City of Ft. Worth in response to requests for clarification or
corrections to the permit application package as part of this task. This task does not include payment of
permit application fees, public notice modeling or requests for additional information beyond that stated
herein.
Cost for Task 3: $7,500.00
Task 4: Two Semi -Annual Stack Sampling Events {Two Turbines}
Task 4 will involve the activities necessary to complete two semi-annual stack sampling events for
turbines GT-1 and GT-2 in accordance with Special Condition #11 of NSR Permit #7553, as amended.
Cost for Task 4: $11,000.00
Task 5: Preparation of a Written Compliance Guideline for the Title V Permit
Task 5 includes the preparation of a written compliance guideline and schedule to meet the requirements
of the 2010-2011 Title V permit renewal. Due to regulatory changes, there are significant revisions to the
terms and conditions under the 2011 permit and Title V amendment.
Cost for task 5: $3,500.00
2
Task 6: Boiler Stack Testing for B-1
Task 5 includes the activities necessary to complete compliance stack testing for stand-by boiler B-1 in
accordance with applicable state regulations. This task includes 3 x 60-minute sampling runs at two
operating conditions.
Cost for Task 6: $4,000.00
Task 7: New Source Review Permit Alteration to Remove Scum Incinerators I-1 & I-2
Task 7 includes correspondence with the TCEQ regarding removal of the two scum incinerators from the
facility's NSR permit It is our understanding from conversations with the TCEQ that this may be
accomplished by a permit alteration. These units are permanently out of service. This task also includes
additional correspondence with the TCEQ in regard to applicability of claiming emission reduction
credits for the incinerators.
Cost for Task 7: $3,500.00
Excluded Items:
The followmg items have been identified as work or assistance that is not included in the scope of work
described above:
• Day-to-day monitoring, reporting and record keeping
• Sampling and laboratory analysis costs, with the exception of those specifically included.
• All SARA and TSCA regulatory requirements
• All local, state, and federal fees.
Should the City of Ft Worth request assistance with any other items not included in the Task 1 through 7
of this Scope of Work, Compliance Partners, Inc will provide an estimate of the work effort and request
authorization from the Village Creek plant management prior to performing such services.
We appreciate your continued confidence and look forward to working with you on this project.
Sincerely yours,
J. C. Wyatt
President
Ref: 12188
3
ATTAC
MEAT
COMPENSATION
Professional Services Contract - Village Creek Wastewater Treatment Plant
2012-2013
Compliance Partners, Inc shall complete the services described in Attachment A, Scope of Work, on a
time and materials at our standard rates, not to exceed: $37,700.00
STANDARD RATES
SERVICES HOURLY RATES
Principal $ 125.00
(Sr. Engineer / Project Manager/Cert. Ind. Hygienist)
Engineer / Professional Technical Services $ 95.00
Technical Services / Industrial Hygienist $ 75.00
Field Supervisor $ 65.00
Asbestos Inspector $ 65.00
HAZMAT Technician II $ 55.00
(40 hr. HAZWOPER Trained)
HAZMAT Technician I $ 45.00
(24 hr. HAZWOPER Trained)
CAD Technician $ 65.00
Clerical/Word Processing $ 50.00
Materials and expenses shall be billed at cost plus 20%
4