Loading...
HomeMy WebLinkAboutContract 62566City Secretary Contract No. 62566 ��� ����� NON-EXCLUSIVE VENDOR SERVICES AGREEMENT This NON-EXCLUSIVE VENDOR 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 ENERCON SERVICES, INC. ("Vendor"), an Oklahoma Corporation 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: :! 6 7 This Vendor Services Agreement; Exhibit A— Scope of Services; Exhibit B— City of Fort Worth Remedial Design Projects; Exhibit C — Payment Schedule Exhibit D— City's RFQ No. ENV 24-02 E�ibit E— Contractor's Bid Response to City's RFQ No Exhibit F— Verification of Signature Authority Form. ENV 24-02; and Exhibits A, B, C, D, E, and F 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, C, or D and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. Scoqe of Services. Vendor shall provide professional services far environmental and engineering design and consulting for the remediation of soil and groundwater at various sites across the City ("Services"), which are set forth in more detail in Exhibit "A," attached hereto and incorporated herein for all purposes. 2. Term. The initial term of this Agreement is for one year, beginning on the date the Assistant City Manager signs this Agreement ("Effective 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"). Compensation. 31 City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit "C," which is attached hereto and incorporated herein for all purposes. Total compensation payable during the first year of the Initial Term to all vendors who are awarded a non-exclusive agreement is an estiinated amount of Four-Hundred Thousand Dollars and Zero Cents ($400,000.00). City may OFFICIAL RECORD N011-EXCIUSIVO V011ClOt' S0t'V1C0S AgT00TY1011t GTYSECRETARY E11eTC011 S0TV1C0S, I11C FT. WORTH, TX award the Agreement to multiple vendors. Vendor agrees that the City is not required to provide any guarantee of any amount of compensation under this Agreement. Vendor 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 Vendor not specified by this Agreement unless City first approves such expenses in writing. 3.2 City will pay Vendor in accordance with the Prompt Payment Act (Chapter 2251 of the Texas Government Code) and provisions of this Agreement, including Exhibit "C," which is attached hereto and incorporated herein for all purposes. 3.3 Following acceptance of the Services by the City, Vendor must provide the City with a signed, readable invoice no later than 15 days after the end of the prior month summarizing (i) the Service(s) that have been completed during the prior month; (ii) purchase order number, and (iii) requesting payment. If the City requires additional reasonable information, it will request the same promptly, in writing, after receiving the above information, and the Vendor must provide such additional reasonable information in writing, to the extent the same is available. Vendor must submit invoices to Supplierinvoices@fortworthtexas.gov and ENV Purchasing@fortworthtexas.gov. Invoices must include the applicable City Department business unit number and complete City of Fort Worth Number (ex. FW013-0000001234). 3.3.1 The Vendor shall submit correctedlrevised invoices within seven (7) calendar days after receiving written notice from the City for a corrected/revised invoice. 3.32 Unpaid invoices and/or appeals for service performed throughout the fiscal year (October 1- September 30) must be resolved within thirty (30) days of the City's new fiscal year. Vendor shall provide its invoices for the last month of the City's prior fiscal year (September 1-30) no later 10 days after the start of the City's new fiscal year (i.e. no later than October 10.) No previous year invoices will be paid after October 30th of the current year. 3.4 Vendor 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 Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-a�ropriation 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 Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which Non-Exclusive Vendor Services Agreement Page 2 of 16 Enercon Services, Inc. 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 Vendor for services actually rendered up to the effective date of termination and Vendor 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, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, 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 party without the prior written approval of City. 5.3 Public Information Act. City is a government enrity 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 far information marked Confidential or Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor 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. Vendor 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. Vendor 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, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Right to Audit. Vendor 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 Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor 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 Vendor reasonable advance notice of intended audits. Non-Exclusive Vendor Services Agreement Page 3 of 16 Enercon Services, Inc. 7. Indenendent Contractor. It is expressly understood and agreed that Vendor 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, Vendor 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, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor 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. 81 LIABILITY - VENDOR 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 VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION - VENDOR 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 (INCL UDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJIIRY, INCLIIDING DEATH, TO ANYAND ALL PERSONS, ARISING OLIT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAIISED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, 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 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 Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor 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 Vendor 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 Non-Exclusive Vendor Services Agreement Page 4 of 16 Enercon Services, Inc. defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor 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 Vendor'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, Vendor 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 andlor 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 Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 8.4 ENVIRONMENTAL INDEMNIFICATION: THE CITY AND VENDOR HEREBY RELEASE, INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE OTHER PARTY, ITS OFFICERS, AGENTS, EMPLOYEES, AND VOLUNTEERS, AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES, CLAIMS, AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE REMOVAL, PACKAGING, TRANSPORTING, AND DISPOSING OF ENVIRONMENTALLY HAZARDOUS MATERIALS, WHICHARE NOT TO BE PROVIDED BY THE PARTIES. 8.4.1 Environmental Dan�ages shall mean all claims, judgments, dan�ages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgments, of whatever kind or nature, contingeht or otherwise, matured or unmatured, foreseeable or unforeseeable, including, without limitation, reasonable attovney's fees and disbuvsements and consultant's fees, any of which are incurred as a result of handling, collection, transportation, storage, disposal, treatment, recovery, and/or reuse of waste pursuant to this Agreement, or the existence of a violation of environmental requirements pertaining to, and includir�g without limitation: 8.4.1.1 Damages for personal injury and death, or injury to property or natural resources; 8.4.1.2 Fees incurred for the ser�vices of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the excavation, removal, and backfill of possibly contarriinated soils and related wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, rerrtoval, response, abatement, containment, closure, restoration, or monitoring work required by any federal, state, or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without Non-Exclusive Vendor Services Agreement Page 5 of 16 Enercon Services, Inc. limitation any attorney's fees, costs, and expenses incurred in enforcing this contract or collecting any sums due hereunder; and 8.4.1.3 Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with the iteins referenced in sub- paragraph 2 of this part. 8.4.2 Environmental requirements shall rr�ean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: 8.4.2.1 All requirements, including, but not limited to, those pertaining to reporting, licensing, perinitting, investigation, and remediation of emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquitl, or gaseous in nature, into the air, surface water, gYoundwater, stormwater, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, tr�ansport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and 8.4.2.2 All requirements pertaining to the protection of the health and safety of employees or the public. Assignment and Subcontractin�. 91 Assi n_� Vendor 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 Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor 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 Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor 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: Non-Exclusive Vendor Services Agreement Page 6 of 16 Enercon Services, Inc. $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, 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 according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability L[I�d $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims-made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. General Requirements (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, ofiicials, 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. Non-Exclusive Vendor Services Agreement Page 7 of 16 Enercon Services, Inc. (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 currentA.M. Best Key Rating Guide, or have reasonably equivalent financial 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. ( fl Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. ComUliance with Laws, Ordinances, Rules and Regulations. Vendor 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 Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non-DiscriminaHon Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor'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 VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR 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 100 Fort Worth Trail Fort Worth, TX 76102 To VENDOR: Enercon Services, Inc. Att: Rodney Malone-Environmental Supervisor 15770 North Dallas Parkway, Suite 400 Dallas, TX 75248 With copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Employees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, Non-Exclusive Vendor Services Agreement Page 8 of 16 Enercon Services, Inc. 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. 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 Vendor to insist upon the performance of any term or provision of this Agreement ar to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governin� 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 wi11 not in any way be affected or impaired. 19. Force Maieure. City and Vendor 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 or 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. Headin�s 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. Non-Exclusive Vendor Services Agreement Page 9 of 16 Enercon Services, Inc. 23. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. Warrantv of Services. Vendor 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 thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor 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 Vendor for the nonconforming services. 25. Immigration Nationalitv Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor 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 Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 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 Ciry 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, Vendor 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 Vendor. 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. Vendor 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 Vendor 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 Non-Exclusive Vendor Services Agreement Page 10 of 16 Enercon Services, Inc. resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Bovcott of Israel. Vendor acknowledges that in accardance 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 verification 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, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 30. Prohibition on Boycotting Energv Comqanies. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination A�ainst Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. 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 file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33. Entiretv of A�reement. This Agreement, including all attachments and exhibits, contains the entire understanding and agreement between City and Vendor, 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) Non-Exclusive Vendor Services Agreement Page 11 of 16 Enercon Services, Inc. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: By: Valerie Washington (Jan 3, 202511:10 CST) Name: Valerie Washington Title: Assistant City Manager Date: Jan 3, 2025 2024 ------' APPROVAL RECOMMENDED: By: Name: Wyndie Turpen 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. By: Name: Roger Grantham Title: Environmental Supervisor APPROVED AS TO FORM AND LEGALITY: Title: Assistant Director, Services Department . 1 M 6'4fMdc4� de/ Envrronmenta By: M. Kevin Anders, 11 (Jan 3, 202511:10 CST) ATTEST: � A � By: U Name: Jannette Goodall Title: City Secretary VENDOR: Enercon Services, Inc. By: Name: Title: Date: Rodney Malone Environmental Supervisor December 10, 2024 Non-Exclusive Vendor Services Agreement Enercon Services, Inc. Name: Kevin Anders Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-0895 Form 1295: 2024-1116520 Page 12 of16 City Secretary Contract No. EXHIBIT A SCOPE OF SERVICES Soil and Groundwater Remediation Services 1. The work required under the Agreement includes, but is not limited to, the following tasks to be performed at the locations identified in Exhibit B. The following task list is intended to be illustrative, not exhaustive. The City reserves the right to order related services not listed below in accordance with the terms of this Agreement. a. General Tasks i. Manage individual site-specific engineering, design, and construction for each soil and/or groundwater remedial action; ii. Act as oversight and liaison with subcontractors to ensure proper and timely execution of required services; iii. Prepare and submit all applications required by the TCEQ or EPA, permits, and other necessary documentation associated with soil and/or groundwater remedial activities; b. Site Assessment Tasks i. Define the nature and extent of chemical contamination impacts to soil and groundwater, including source identification, monitoring/delineation, and active/passive remediation (this may include the excavation, loading, transportation, and disposal of impacted media); ii. Conduct applicable site confirmation sampling necessary to perform define the nature and extent of chemical contamination. Remedial Investigation and Design Phase Tasks i. Develop a site remediation strategy under the appropriate Texas Commission on Environmental Quality (TCEQ) program by selecting the appropriate applicable cleanup level for a particular site and overseeing the cleanup through to closure; ii. Define groundwater water flow issues associated with complex subsurface characteristics including natural and man-made features. iii. Design, installation, and monitoring of subsurface systems for groundwater flow control, groundwater treatment, and other groundwater related aspects of site remediation; iv. Prepare backfill design specifications with applicable density testing; v. Prepare engineering design specifications regarding final usage of selected remedial sites; 2. Vendor shall provide support for all environmental projects as needed, including professional grant writing services to assist with identifying, preparing, and submitting grant applications for relevant projects. Subcontractors may be used with prior approval, provided they meet the same professional standards and adhere to all contract terms. All communications and deliverables shall be professionally written, ensuring clarity, accuracy, and adherence to industry standards. 3. There is no guarantee of any work under this Agreement, however the types of work which the Vendor will perform upon specific written authorization by the City shall include the above, and related environmental and engineering consulting services. Non-Exclusive Vendor Services Agreement Page 13 of 16 Enercon Services, Inc EXHIBIT B City of Fort Worth Soil and Groundwater Remedial Design Projects Project Project Location Description � Brennan Avenue Remediate benzene and arsenic contamination in groundwater 2500 Brennan Avenue, Fort Worth, T 76106 2 Fort Worth Rifle & Pistol Club Remediate arsenic and lead contamination in soil 1950 Silver Creek Road, Fort Worth, TX 76108 3 WinchesterRange Remediate arsenic and lead contamination in soil 9601 Fossil Rid e Road 4 Former Police Piszol Range Remediate arsenic and lead contamination in soil 9601 Fossil Ridge Road, Fort Worth, TX 76135 5 Fort Worth Conventio�� Ce��ter Remediate benzo-a-pyrene contamination in soil 1201 Houston Street, Fort Worth, TX 76102 6 Evans Rosedale Remediate lead contamination in soil 1005 Evans Ave, Fort Worth, TX 76104 � Village CreekPeakOverflow Basin Remediate lead contamination in soil SWAT Range 4500 Wilma Lane, Fort Worth, TX 76102 8 Petroleum Storage Tank Remediate TPH and related PST contaminants from Removals from Service at soil and groundwater at related sites Various Sites 1. 4100 Columbus Trail, Fort Worth, TX 76133 2. 4209 Longstraw Drive, Fort Worth, TX 76137 3. 10201 White Settlement Road, Fort Worth, TX 76144 4. 14650 Statler Blvd, Fort Worth, TX, 76155 S. 2737 Meadowbrook Drive, 76109 6. 4201 North Main St, Fort Worth, TX 76106 City Secretary Contract No. EXHIBIT F VERIFICATION OF SIGNATURE AUTHORITY RODNEY MALONE 15770 NORTH DALLAS PARKWAY, SUITE 400 DALLAS, TEXAS 75248 Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor 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 Vendor. Name: Rodney Malone Position: Environmental Supervisor �� � , /. , / Signature Name: Randall Lantz Position: Senior Geologist j�,�wa�µ``� ��rv� z Signature Name: Lance Meaux Position: Principal Project Geologist G1�i,C /�% ������ Signature Name: Chris L. Stammen Signature of President / CEO Other Title: Sr. Vice President Date: Non-Exclusive Vendor Services Agreement Enercon Services, Inc Page 16 of 16 M&C Review CITY COUNCIL AGENDA Create New From This M&C DATE: 10/15/2024 REFERENCE "�"�M&C 24- NO.: 0895 Page 1 of 4 Official site of the City of Fort Worth, Texas FflRT �'4'ORTH �_ LOG NAME: 22SOIL & GROUNDWATER REMEDIATION ENV 24-02 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of Non-Exclusive Agreements with Burns and McDonnell Engineering Company, Inc., Enercon Services, Inc., Freese and Nichols, Inc, Modern Geosciences, LLC, and Terracon Consultants, Inc., for Soil and Groundwater Remediation Services at City-Owned Facilities and Sites for an Annual Amount Up to $400,000.00 and Authorize Four One-Year Renewal Options in the Same Amount for the Environmental Services Department RECOMMENDATION: It is recommended that the City Council authorize the execution of non-exclusive agreements with Burns and McDonnell Engineering Company, Inc., Enercon Services, Inc., Freese and Nichols, Inc., Modern Geosciences, LLC., and Terracon Consultants, Inc., for soil and groundwater remediation services at city-owned facilities and sites for an annual amount up to $400,000.00 and authorize four one-year renewal options in the same amount for the Environmental Services Department. DISCUSSION: The Environmental Services Department released RFQ No. ENV 24-02 to establish an agreement for professional environmental and engineering design and consulting services. These services are aimed at remediating impaired soil and groundwater at various sites across the City. The RFQ included detailed specifications outlining the project background, design scope, and vendor requirements. The RFQ was advertised in the Fort Worth Star-Telegram on December 31, 2023, and January 7, 2024. A pre-qualification meeting was held on January 10, 2024. The City received nineteen (19) responses. An evaluation panel consisting of representatives from the Environmental Services Department reviewed and scored the responses using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. Evaluation Factors Proposers a Braun Intertec � Corporation � `' � Burns & McDonnell 3C Engineering Company, Inc. CDM Smith, Inc. Earth Systems, LLC ECS Southwest, LLP b c 20 23. 21 23, 30.3 17. 24 � 27.3 17. 31.3 24. 23.3 23.7 23.7 24 d e Total Score 10 10 7.7 3 10 6.3 � :� :: � � i http://apps.cfwnet.org/council packet/mc review.asp?ID=32601&councildate=l0/15/2024 12/31/2024 M&C Review Enercon Services, I I Inc. u Ensolum, LLC 26.3 20 22.7 ESE Partners, LLC 25.7 17 19.7 Freese and Nichols, 30.3 23 23 Inc. GEI Consultants, 23.7 20.3 24 Inc GHD Services, Inc 23.3 20. InControl 26.7 20.7 22.7 Technologies, LLC LCA Environmental 2�•7 20.7 22.7 Modern 28 24 23.3 Geosciences, LLC Rone Engineering 19.7 13 23 Services, LTD Terracon 30.3 21.3 23.3 Consultants, Inc TRC Environmental 30.3 18.7 23.3 Corporation VRX, Inc 27•7 20.3 23.3 WSP USA 24 21.3 24 Environment & Infrastructure Inc Evaluation Criteria: 10 OI 7 � 10 0 72. 10 4.0 90 10 0� 80.3 80 83.7 87.3 61 89.7 82 85.7 81.7 10 2 10 10 2 10 5.3 10 4. 7 2. 10 4. 101 2 a. Contractor's Capabilities, Qualifications, Experience b. Personnel's Capabilities, Qualifications, Experience c. Subcontractor's Qualifications d. Proposer's Legal History e. Proposer's Work History with City Page 2 of 4 After evaluation, the panel concluded that Burns and McDonnell Engineering Company, Inc., Enercon Services, Inc., Freese and Nichols, Inc, Modern Geosciences, LLC, and Terracon Consultants, Inc., presented the best value and necessary coverage for the City. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor meet specifications. FUNDING: The maximum annual amount allowed under the agreement will be $400,000.00; however, the actual amount used will be based on the needs of the department and the available budget. Funding is budgeted in the Environmental Prot Cap Proj Fund for the Environmental Services Department for the purpose of funding the Removal of Haz Materials, Petrol Storage Tank Imp, Asbestos Abatement projects, as appropriated. BUSINESS EQUITY: Burns and McDonnell Engineering Company Inc., is in compliance with the City's Business Equity Ordinance by committing to 16\% MWBE participation on this project. The City's MWBE goal on this project is 16\%. http://apps.cfwnet.org/council packet/mc review.asp?ID=32601&councildate=l0/15/2024 12/3U2024 M&C Review Page 3 of 4 BUSINESS EQUITY: Enercon Services, Inc. is in compliance with the City's Business Equity Ordinance by committing to 16\% MWBE participation on this project. The City's MWBE goal on this project is 16\%. BUSINESS EQUITY: Freese and Nichols, Inc. is in compliance with the City's Business Equity Ordinance by committing to 16.25\% MWBE participation on this project. The City's MWBE goal on this project is 16\%. BUSINESS EQUITY: Modern Geosciences, LLC is in compliance with the City's Business Equity Ordinance by committing to 16.25\% MWBE participation on this project. The City's MWBE goal on this project is 16\%. BUSINESS EQUITY: Terracon Consultants, Inc. is in compliance with the City's Business Equity Ordinance by committing to 20\% MWBE participation on this project. The City's MWBE goal on this project is 16\%. AGREEMENT TERMS: Upon City Council approval, this agreement will begin upon execution by the Assistant City Manager and expire one year from that date. RENEWAL TERMS: The agreement may be renewed for four (4) additional, one-year terms. This renewal action does not require specific City Council approval, provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Environmental Prot Cap Proj Fund for the Removal of Haz Materials, Petrol Storage Tank Imp and Asbestos Abatement projects to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Environmental Services 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) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID , ID i Year ,(Chartfield 2) Submitted for Citv Manaqer's Office bv: Valerie Washington (6199) Oriqinatinq Department Head: Additional Information Contact: ATTACHMENTS Cody Whittenburg (5455) Wyndie Turpen (6982) Nixalis Benitez (8570) 1295 ALL Vendors ENV 24-02.pdf (CFW Internal) 22SOIL & GROUNDWATER REMEDIATION ENV 24-02.docx (CFW Internal) http://apps.cfwnet.org/council packet/mc review.asp?ID=32601&councildate=l0/15/2024 12/3U2024